Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

Z -- The Sterling Field Support Center (SFSC) - Package #1

Notice Date
6/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NWWG9220-11-03684
 
Archive Date
7/1/2011
 
Point of Contact
Barbara H Stubbs, Phone: 301-713-0838 x184, Barbara H Stubbs, Phone: 301-713-0838 x 184
 
E-Mail Address
barbara.h.stubbs@noaa.gov, barbara.h.stubbs@noaa.gov
(barbara.h.stubbs@noaa.gov, barbara.h.stubbs@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW This is a combined synopsis/solicitation for a for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. The attached SOW is incorporated into this solicitation. Solicitation Number NWWG9220-11-03684 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The North American Industry Classification System Code (NAICS) is 561730 and business size small business. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Observing Systems Branch (OSB), requires an work to include the following: Mowing, Edging,Pruning, weeding, Fertilizing, Repairing erosion damage. The Contractor shall furnish all required fertilizers, herbicides, mulch, and any other materials necessary to perform the requirements of this contract. The site has multiple fields that require cutting twice a year. Once in late spring and once in late fall. The total acreage for the fields is 230 acres, but to maintain site operations only 148 acres are required to be cut. For the base period the bush –hogging of the field will only be required to be done in late spring. Two sparate prices can be stipulated on the quotation from the vendor, one for the 230 acres and another for cutting 148 acres. Referenced the attached Statement of Work for additional information. The resulting purchase order shall be awarded on a firm fixed price basis. The award will be made on a best value. The best value evaluation factors include the following: 1) Approach – Effectively meeting the requirements; 2) Past Performance – Includes relevant experience which describes at least two (2) relevant projects performed in the last two years and quality of performance; and 3) Price – The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Excellent (E) – Superior or first class; Good (G) – Acceptable, Beneficial and worthwhile; sound and valid; (P)-Fails to meet two or more requirements; Unsatisfactory (U) – Not acceptable, not adequate to carry out. Incomplete quotes will not be evaluated or considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors – Commercial, FAR 52.212-2, Evaluation – Commercial Items – The Government will award a purchase order 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. FAR 52.212-3, Offeror Representations and Certificates – Commercial Item, 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. FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; 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 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a proposal on setting forth an approval to perform the work, location, past performance and price addressed to Barbara.H.Stubbs@noaa.gov, to be received no later than June 16, 2011 at 11:00 am local time. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Barbara.H.Stubbs@noaa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NWWG9220-11-03684/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN02462467-W 20110604/110602234715-0bfa129a4357ed54692fe96fe608364f (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.