Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
MODIFICATION

F -- BOUNDARY MAINTENANCE - GREERS FERRY LAKE

Notice Date
8/30/2010
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S10T0157
 
Response Due
9/24/2010
 
Archive Date
11/23/2010
 
Point of Contact
Laura A Dodson, 501-324-5721
 
E-Mail Address
USACE District, Little Rock
(laura.a.dodson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format it Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNEMENT CONSTITUTES THE ONLY SOLICIATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation W9127S-10-T-0157 is issued as a Request for Quotation (RFQ). This solicitation contains a Performance Work Statement (PWS) for a performance based on commercial services. This means the government has described what is to be accomplished, not how to accomplish it. The contractor shall provide deliverables as described herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. The solicitation is Unrestricted with an applicable NAICS Code of 561730 and a business size standard of $7.0M. This solicitation is being issued pursuant to the Small Business Competitive Demonstration Program. The Government intends to award a firm fixed price contract consisting of a Base period of 6 months and four (4) 12-month option years. Any or all option periods may be exercised at the unilateral discretion of the government. Period of performance (tentative as the dates will change upon contract award) Place of performance Government property surrounding Greers Ferry Lake in accordance with the attached PWS (Attachment 1) Base Year 1 October 2010 through 31 March 2011 Option Year 1 1 April 2011 through 31 March 2012 Option Year 2 1 April 2012 through 31 March 2013 Option Year 3 1 April 2013 through 31 March 2014 Option Year 4 1 April 2014 through 31 March 2015 Line Item Number(s)DescriptionQTYUNIT PRICETOTAL 0001AREA 5 -52Miles$_________$__________ Approximately 52 miles (Hill Creek Bridge to Cherokee Acres Ramp) In accordance with Attachment 1 - PWS Base Year 1 October 2010 through 31 March 2011 1001AREA 1 - 49Miles$_________$__________ Approximately 49 miles (Cherokee Acres Ramp to Cove Creek Park) In accordance with Attachment 1 - PWS Option Year 1 1 April 2011 through 31 March 2012 2001AREA 2 - 51Miles$_________$__________ Approximately 51 miles (Cove Creek Park to County Rd N of Hwy 336) In accordance with Attachment 1 - PWS Option Year 2 1 April 2012 through 31 March 2013 3001AREA 3 - 52Miles$_________$__________ Approximately 52 miles (County Rd N of Hwy 336 to Cleburne County Line) In accordance with Attachment 1 - PWS Option Year 3 1 April 2013 through 31 March 2014 4001AREA 4 - 51Miles$_________$__________ Approximately 51 miles (Cleburne County Line to Hill Creek Bridge) In accordance with Attachment 1 - PWS Option Year 4 1 April 2014 through 31 March 2015 TOTAL OFFER (Sum of all Line Items)$ __________ All line items FOB Destination. Delivery and Acceptance: Greers Ferry Project Office, 700 Heber Springs Road North, Heber Springs, AR 72543. Wage Determination 2005-2003 Revision No 10 dated 6/15/2010 is hereby incorporated into this solicitation. This project will have one (1) Site Visit: Date: Thursday, September 9, 2010 at 10:00a.m. CT. Location: Greers Ferry Project Office, 700 Heber Springs Road North, Heber Springs, AR 72543. Point of Contact: Benny Rorie Ofc # 501-362-2416 PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses that apply to this solicitation may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting : The following Provisions apply: FAR 52.237-1 Site Visit FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-3 Offeror Representations and Certifications Commercial Items - The offeror shall include a completed copy of this provision with its offer. Full Text Provisions FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Past Performance and 2) Price. These factors are listed in descending order of importance. Past performance is more important, when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following Clauses apply: FAR 52.204-7 Central Contractor Registration FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: -FAR 52.219-28 Post Award Small Business Program Representation -FAR 52.222-3 Convict Labor -FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies -FAR 52.222-21 Prohibition of Segregated Facilities -FAR 52.222-26 Equal Opportunity -FAR 52.222-36 Affirmative Action for Workers with Disabilities -FAR 52.225-13 Restrictions on Certain Foreign Purchases -FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration -FAR 52.222-41 Service Contract Act FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.237-2 Protection of Government Buildings and Equipment FAR 52.24734 FOB Destination FAR 52.252-2 Clauses Incorporated by References DFARS 252.204-7004 Alt A, Central Contractor Registration DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of commercial items, within DFARS 252.212-7001 the following clauses apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001 Buy American Act and Balance of Payment Program DFARS 252.247-7023 Transportation of Supplies by Sea Full Text Clauses FAR 52.217-9 Option to Extend the Term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 (five) years. (End of Clause) -FAR 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage -- Fringe Benefits Survey Aid GS2$11.23 Laborer WG2$10.54 (End of Clause) Attachment 1 Performance Work Statement Attachment 2 Wage Determination Quotes must list the vendors DUNS number, CAGE code, and Federal TIN along with Company name, Point of Contact and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database and ORCA database https://orca.bpn.gov/will may make an offeror ineligible for award. Only 1 offer will be accepted. Submission of multiple copies will result in all offers being rejected as non-responsive. ***DO NOT SUBMIT EXTRANEOUS MATERIAL. OFFERS SUBMITTED AND RECEIVED WITH MATERIALS AND ATTACHMENTS NOT REQUESTED WILL BE REJECTED AS NON-RESPONSIVE. ******** Three (3) Past/Present performance are required showing previous experience with projects similar in size, scope and complexity. All questions pertaining to this solicitation shall be in writing and shall be emailed to laura.a.dodson@usace.army.mil. TELEPHONE CALLS WILL NOT BE ACCEPTED. ALL REQUESTS SHOULD INCLUDE SOLICITATION NUMBER. All quotes are due NLT Friday, September 24 at 2:00pm CT. Quotes may be emailed to Laura Dodson laura.a.dodson@usace.army.mil or submitted via postal mail at USACE Little Rock, 700 W. Capitol Ave, Rm 7315, Little Rock, AR 72201-3225, Attn: Laura Dodson.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S10T0157/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02260892-W 20100901/100830235657-2959c2b4ff18881fef5c7b921b8cc6a7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.