Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

Z -- Landscaping Services for designated areas - Additional Solicitation Documents and Attachments

Notice Date
5/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, Administration Building, Room 212A, Cape May, New Jersey, 08204-5092
 
ZIP Code
08204-5092
 
Solicitation Number
HSCG42-11-Q-QNE048
 
Archive Date
7/1/2011
 
Point of Contact
Shirley L. Green,
 
E-Mail Address
shirley.l.green@uscg.mil
(shirley.l.green@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Information (RFI) form Reference Information sheet - QNE048 SOW - LANDSCAPING SERVICES RFQ continuation pages + clauses SF1449 pgs 1-2 COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (A) The solicitation number is HSCG42-11-Q-QNE048 and is issued as a Request for Quote (RFQ). The USCG intends to award a Firm-Fixed Price (FFP) Order/Contract using Simplified Acquisition Procedures (FAR 13) resulting from this solicitation to the responsible contractor whose proposal conforms to this solicitation and is determined to be most advantageous to the Government based on ability to meet the basic requirements, past performance, and price. (B) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. (C) This acquisition is set-aside 100% for small business concerns only. The associated NAICS code is 561730 and the small business size standard is $7 million. Department of Labor Wage Determination No. 2005-2345 rev.12 shall be applicable to this contract. (D) Description/Statement of Work/Specification: See attachment Summary of Work. CLIN 001: Contractor shall provide all labor, materials, equipment, supervision and transportation required for landscape services for the designated areas described in the Summary of Work. Incidental work items not listed and necessary for completing the project shall be included. Technical Point of Contact Designation: The technical POC for this task: CWO Bill Workman who can be reached at the following e-mail: William.C.Workman@uscg.mil Travel Requirements: (a)If applicable, all costs associated with travel to complete this task shall be included within the contractor's offer. Transportation of Equipment/Material: (a)If applicable, all costs associated are included within the contractor's offer. (E) Acceptance Plan: (a)Completion of work under this contract will be monitored and accepted by a designated Contracting Officer's Technical Representative (COTR). (F) FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Addendum to FAR Povision52.212-1 - the following paragraphs are modified or added to the provision: (b) Submission of Offers. - Modified Submit signed and dated offers to the office specified in this solicitation at or before the exact date and time specified in this solicitation. Offers may be submitted on the Standard Form 1449 or company letterhead stationery. As a minimum, offers must show- (1) The solicitation number; (2) The date and time specified in the solicitation for receipt of offers; (3) The name, address, office telephone number, cell phone number, and e-mail address of the offeror; (4) DUNS and Taxpayer I.D. numbers (5) If applicable, technical descriptions, submittals of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (6) Terms of any express warranty; (7) Detailed price breakdown and any discount terms; (8) "Remit to" address, if different than mailing address; (9) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (10) Acknowledgment of all Solicitation Amendments, if applicable; (11) The completed Reference Information sheet (12) Past performance information, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (13) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for Acceptance of Offers. - Modified The offeror agrees to hold prices in its offer firm for 30 calendar days from the date specified for receipt of offers (SF-1449/Block 8), unless another time period is specified in an amendment to the solicitation. (k) Central Contractor Registration (CCR). - Modified By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database PRIOR to award, DURING performance and THROUGH final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database before the date and time specified in Block 8 (Offer Due Date/Time) of the SF-1449, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. CCR registration is free. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (G) Evaluation of Offers shall be performed iaw FAR 13.106. 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 Government will evaluate offers in response to this solicitation with or without discussions; Offers that are unrealistic in terms of price will be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risk of the proposed contract. Such offers may be rejected as unacceptable without further discussion; The Government may reject any or all offers and waive informalities or minor irregularities in offers received; The Government may accept any item or combination of items, unless doing so is precluded by a restrictive limitation in the solicitation. (H) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offerors may complete FAR 52.212-3 online at ORCA: https://orca.bpn.gov/login.aspx. NOTE: An offeror must state in their offer if they completed FAR 52.212-3 online at ORCA (the information on ORCA must be up-to-date and valid). (I) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. (J) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, is incorporated by reference and applies to this acquisition. The following FAR clauses cited in Clause 52.212-5 are applicable to the acquisition: SEE ATTACHED. (K) DATE, TIME, AND PLACE OFFERS ARE DUE. Due no later than 16 June 2011, 2:00 PM Eastern Time. MAILED Offers only are acceptable. Faxed and/or E-mailed offers WILL NOT be considered. Submit offers to the following mailing address by the offer due date and time to: U.S. Department of Homeland Security United States Coast Guard Training Center 1 Munro Avenue Mission Support Building #262, Room 212a Cape May, NJ 08204 Attn: Shirley Green, Contract Specialist Any and all questions regarding this solicitation shall be submitted in writing on the Request for Information (RFI) form provided - see attached. (L) SITE VISIT: An organized site visit will be conducted for this procurement. Contractors shall make arrangements to attend this site visit by contacting the USCG POC, CWO Bill Workman via e-mail at William.C.Workman@uscg.mil or by calling (609)898-6411. (M) SECURITY AND CONTRACTOR PERSONNEL: USCG Training Center Cape May access-entry protocol requirements: In compliance with Homeland Security Presidential Directive 12 (HSPD12) Coast Guard Training Center (TRACEN) Cape May has a standardized entry protocol for all personnel, vendors, suppliers, contractors, and subcontractors who require access to the USCG Training Center (TRACEN), Cape May, New Jersey. Contractor personnel shall have photo identification at all times while visiting or working on Coast Guard facilities. Contractor, subcontractor, and delivery personnel are required to present appropriate photo identification to gain access to a Coast Guard installation. All vehicle access to government property requires a valid state driver's license, vehicle registration and proof of liability insurance; otherwise access to the Coast Guard facility may be denied. All contract and subcontract personnel are subject to a background check conducted by USCG Training Center Cape May Police Department. All contractors are instructed to contact USCG TRACEN Police Department at (609)898-6915 for detailed requirements. EMPLOYEE IDENTIFICATION. Contractor personnel shall carry proper identification (ID) when on USCG Government property. Contractor employees visiting or working on any Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee's photo, and badge expiration date. Proper ID is defined as either the individual driver's license, or a company issued ID. The identification must be laminated, and show a facial picture of the individual. Individuals without proper ID will be escorted off the Coast Guard premises. Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display their identification badge in plain view above the waist at all times. QUALIFIED PERSONNEL. The contractor shall provide qualified personnel to perform all requirements and comply with all schedules specified under this contract. Selection and placement of individuals shall be based upon mutual agreement of parties and other screening measures as deemed appropriate by the contractor. Removal of the qualified personnel shall also be based on mutual agreement of the parties except for cases identified herein. WORKING SUPERVISOR. The Contractor shall provide a working supervisor, named in writing, who shall be responsible for the performance of all work. The working supervisor shall have full authority to act for the contractor. The Contractor shall provide to the Contracting Officer, in writing, within 10 calendar days after award the name, address, and telephone number of the working supervisor. In the event the working supervisor is replaced; the Contractor shall furnish the above information before the new replacement commences work under this contract. CONSUMPTION OF ALCOHOL AND DRUGS. Contractor personnel, while on Coast Guard Training Center Cape May property, are subject to standards of conduct prescribed for Government employees. The use of alcohol, drugs, or harmful substances will result in barring of individual from Government facilities and of all government property. CITIZENSHIP. All employees working under this contract shall be the citizens of the United States of America, or aliens who have been lawfully admitted for permanent residence, as evidenced by Alien Registration Receipt Card, Form 1-151. Acceptable evidence shall consist of a birth certificate or naturalization papers issued by Federal Courts. EMPLOYEE CONDUCT. Contractor's employees shall comply with all applicable Government and Agency regulations, policies and procedures (e.g., fire, safety, sanitation, environmental protection, security, "off limits" areas, and possession of weapons) when visiting or working at Government facilities. The Contractor shall ensure contractor employees present a professional appearance at all times and that their conduct shall not reflect discredit on the United States, the Department of Homeland Security or the U.S. Coast Guard. REMOVING EMPLOYEES FOR MISCONDUCT OR SECURITY REASONS. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from U.S. Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any contract. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. CONFLICT OF INTEREST. The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to cause a conflict of interest. The Contractor shall not employ any person who is an employee of the Government. Post-award, the Contractor shall provide the designated USCG COTR with a list of the names of all personnel who will be working on the site. The Contractor may submit a revised list at any time during the project. Only personnel on the approved listing will be allowed on the site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG42-11-Q-QNE048/listing.html)
 
Place of Performance
Address: U.S. Coast Guard (USCG), Training Center (TRACEN), 1 Munro Avenue, Cape May, New Jersey, 08204, United States
Zip Code: 08204
 
Record
SN02452138-W 20110521/110519234522-8face9ebd479ae04cb551e18361f0270 (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.