Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
SOLICITATION NOTICE

S -- Interior Plantscaping Maintenance Service

Notice Date
8/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-RT-11-00146
 
Response Due
8/24/2011
 
Archive Date
9/23/2011
 
Point of Contact
John Liertz
 
E-Mail Address
liertz.john@epa.gov
(Liertz.John@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number RFQ-RT-11-00146 is being issued as a Request for Quotations (RFQ) using the commercial procedures in accordance with FAR Part 12 and the Simplified Acquisition Procedures in accordance with FAR Part 13. The solicitation document, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. Only responses from responsible small business sources will be fully considered. The U.S. Environmental Protection Agency intends to solicit and award a firm-fixed price order with a one year base period and four one year option periods. The expected period of performance is October 1, 2011 through September 30, 2012. This solicitation is a total small business set-aside. The North American Industry Classification System (NAICS) code is 561730 Landscaping Services and the business size standard $7.0 million. The requirement being solicited is for the Interior Plantscaping Maintenance at the Human Studies Facility in Chapel Hill, NC; the USEPA's Research Triangle Park Main Campus, NC; and Reproductive Toxicology Facility (RTF) in Durham, NC. See the Statement of Work for more details. The contractor shall provide all labor, transportation, equipment, materials, supplies and supervision necessary to perform maintenance services of plants in accordance with the attached Statement of Work. The contract line items (CLINs) are as follows:CLIN 0001: (Base Period) Interior Plantscaping Maintenance Services. Quantity is 12 and Units of issue is Months.CLINS 0002: (Option Period 1) Interior Plantscaping Maintenance Services. Quantity is 12 and Units of issue is Months. CLINS 0003: (Option Period 2) Interior Plantscaping Maintenance Services. Quantity is 12 and Units of issue is Months CLINS 0004: (Option Period 3) Interior Plantscaping Maintenance Services. Quantity is 12 and Units of issue is Months CLINS 0005: (Option Period 4) Interior Plantscaping Maintenance Services. Quantity is 12 and Units of issue is Months It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All quoters must submit representations and certifications in accordance with these clauses and provisions. FAR clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provisions are applicable: FAR 52.252-1, Solicitation Provisions Included by Reference, and FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The following FAR clauses are applicable: FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel, FAR 52.252-2, Clauses Included by Reference; FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following clauses within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, are applicable to this acquisition through the latest FAC: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43, 52.223-17, 52.223-18. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. Instructions to Quoters(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition are listed within this combined synopsis/solicitation. (b) Submission of quotes. Fax or e-mail the quotation to the point of contact specified within this solicitation on or before the due date. As a minimum, the quotation must show --(1) The solicitation number;(2) The name, address, DUNS number, telephone number, and e-mail address of the quoter;(3) A response to the two evaluation criteria. See description below (Past Performance and Experience);(4) Price and any discount terms;(5) "Remit to" address, if different than mailing address;(6) A completed copy of the representations and certifications at FAR 52.212-3 or a statement that the quoter has completed annual representations and certificates electronically at http://orca.bpn.gov for the subject NAICS code. (c) Period for acceptance of quotations. In compliance with the solicitation, the quoter agrees, if this quote is accepted within 60 calendar days from the date specified in the solicitation for receipt of quotes, to furnish any or all items upon which prices are quoted at the price set opposite each item, delivered at the designated point(s), within the time specified in the Schedule. (d) Data Universal Numbering System (DUNS) Number. (Applies to quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The quoter shall include with its quotation the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the quoter's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Br adstreet office for DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office.(e) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quotation, the quoter 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 purchase order/contract resulting from this solicitation. If the Quoter does not become registered in the CCR database by the time the Contracting Officer is ready to make award, the Contracting Officer will proceed to award to the next otherwise successful registered Quoter. Quoters 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. (f) Site Visit: See the Attachment entitled Additional Provisions and Clauses for details regarding the site visit. Evaluation Criteria:The Government will award a purchase order resulting from this Request for Quotations (RFQ) to the responsible quoter whose quote, conforming to the RFQ, will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate quotes and make award without discussions. In addition to the price, the following factors shall be used to evaluate quotes: Past Performance and Experience. A.Past Performance- Demonstrated successful past performance for similar work comparable in size, scope, and complexity to the plantcaping maintenance required in this RFQ completed during the past three years, and those currently in process for similar work. Quoters shall provide the names and phone numbers for three points of contact. Past performance is the quality of the work performed. B.Experience- Demonstrated successful experience for similar work comparable in size, scope, and complexity to the plantscaping maintenance required in this RFQ. Experience is the type and quantity of the work performed. All questions must be sent via email to point of contact John Liertz at liertz.john@epa.gov. Questions shall be submitted no later than 12:00 PM EDT, 16 August 2011. All quotes must be sent via email to point of contact John Liertz at liertz.john@epa.gov. Quotes shall be submitted no later than 12:00 PM EDT, 24 August 2011 The following five Attachments are hereby incorporated into this solicitation (RFQ-RT-11-00146) and can be found posted at the following site: http://www.epa.gov/oam/rtp_cmd/index.htm#solam Attachments: Additional Provisions and Clauses; Statement of Work; Wage Determination; List of Interior Plants; Integrated Pest Management Plan Contracting Office & Place Of Procurement:US EPAOARM Service CenterRTP, Procurement Operations DivisionResearch Triangle Park, NC 27711 Primary Point of Contact:John LiertzContract Specialistliertz.john@epa.govPhone: 919-541-5583 Secondary Point of Contact:Cris Ford-CannonContracting OfficerFord-cannon.cris@epa.govPhone: 919-541-2147
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-11-00146/listing.html)
 
Place of Performance
Address: U.S. EPA109 TW Alexander DriveReserach Triangle ParkNC27711USA
Zip Code: 27711
 
Record
SN02520746-W 20110805/110803235939-1fdcd097102ec0e36fb22cede7e18f01 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.