Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

S -- Landscaping Service

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1875 Century Blvd, Atlanta, GA 30345
 
ZIP Code
30345
 
Solicitation Number
F11PS01791
 
Response Due
9/15/2011
 
Archive Date
3/13/2012
 
Point of Contact
Name: Jamese Promise, Title: Contract Specialist, Phone: 4046794055, Fax: 4046794093
 
E-Mail Address
jamese_promise@fws.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 FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is F11PS01791 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-15 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Lake Arthur, LA 70549 The DOI Fish & Wildlife Service requires the following items, Meet or Exceed, to the following: LI 001, Landscaping Services - To provide landscaping and ground maintenance services for the Lacassine NWR. Site area consists of approximately 5 Acres. Duties are specified in the attached Performance Work Statement., 1, YR; LI 002, Landscaping Services - Option Year 1, 1, YR; LI 003, Landscaping Services - Option Year 2, 1, YR; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI Fish & Wildlife Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI Fish & Wildlife Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Each evaluation factor will receive rating of either Acceptable or Non-Acceptable. The technical evaluation factors and sub-factors are approximately equal value, and when combined, are equally important to price. Offerors that fail to submit all the information necessary to evaluate their quote with their initial quote bear the risk that their proposal will be rejected without discussions. Technical Capability: Offeror's should ensure that their Quotes are clear, concise, and fully address all of the evaluation factors listed in solicitation. Technical Quotes must fully conform to the specifications/statement of work and clearly define an approach and methodology. Mere indication of intent to conform will not be considered as acceptable. The Technical Quote should state the proposed approach to performing the work in order to meet the specification requirements stated in this solicitation. It should be specific, detailed, and complete enough to clearly and fully demonstrate that you have a thorough understanding of the effort required and have a valid and practical plan for performing the work. Stating that you understand and will comply with the specifications or simply restating the specifications of parts thereof, are considered inadequate. Phrases, such as "Standard procedures will be employed" or "Well-known techniques will be used" will be unacceptable. Although all the factors cannot be detailed in advance, the Quote must be sufficiently detailed to show how it will comply with the specification requirements. Past Performance: The offeror shall complete and submit no more than three (3) Past Performance forms attached in response to this factor. Past Performance forms submitted must be on projects that are at least 50% completed with the last three (3) years. Identify similar or related work performed for the FWS or other agencies that have been completed to date, or is currently active. Include projects completed or currently underway by the responding entity and/or each major participant in the Quote. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. It's also required that any Vendor doing business with the Government to be registered in the Online Representations and Certifications (ORCA). All vendors must complete the electronic version of the ORCA at: http://www.bpn.gov and clicking on the ORCA application. The full text of any solicitation provisions or clauses referenced herein may be accessed electronically at http://acquisition.gov/far/ or http://farsite.hill.af.mil/vffara.htm. The following FAR provisions and clauses apply to this solicitation and/or purchase order contract: a. 52.212-1 Instructions to Offerors--Commercial Items b. 52.212-2 Evaluation--Commercial Items; 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) Lowest Price Technically Acceptable; The following reponses are required: Technical Subfactors:- TECHNICAL APPROACH, METHODS AND PROCEDURES - Quote will be evaluated as to the offeror's ability to perform and to satisfy all requirements outline in the Performance Work Statement (PWS). *Responses to this factor must discuss the offeror's technical understanding of the work requirements describing how the contractor intends to carry out the work. *The quality of the offeror's approach, to include a proposed schedule with critical project milestones and should address how services will be immediately provided upon execution of a contract. *Plans for customer service and quality control procedures RELEVANT EXPERIENCE - Offeror shall fill out past experience & reference form. All blocks must be completed and all data must be accurate, current, and complete. 2) Past Performance: Past Performance will be evaluated how the organization has performed on similar efforts in size and scope in the past. The Past Performance evaluation will include assessments of service, quality, and ability to meet schedule and provide timely remedies. The Government may consider any information submitted by the offeror or its references as well as any information obtained or maintained by the Government, including any files and Past Performance databases. 3) Price: Offerors shall provide a firm fixed priced (FFP) total c. 52.212-3 Offeror Representations and Certifications--Commercial Items, Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. d. 52.212-4 Contract Terms and Conditions--Commercial Items e. 52.212-5 Contract Terms and Condition Required To Implement Statutes Or Executive Orders--Commercial Items, The following clauses listed within FAR 52.212-5 are applicable: i. 52.222-50 Combating Trafficking in Persons ii. 52.233-3 Protest after award iii. 52.233-4 Applicable Law for Breach of Contract Chain iv. 52.219-6 Notice of Total Small Business Aside v. 52.219-28 Post Award Small Business Program Representation vi. 52.222-3 Convict Labor vii. 52.222.19 Child Labor-Cooperation with Authorities and Remedies viii. 52.222-21 Prohibition of Segregated Facilities ix. 52.222-26 Equal Opportunity x. 52.222-36 Affirmative Action for Workers with Disabilities xi. 52.223-18 Contractor Policy to Ban Text Messaging while Driving xii. 52.225-1 Buy American Act - Supplies xiii. 52.232-9 Terms for Financing of Purchases of Commercial Items xiv. 52.225-13 Restrictions on Certain Foreign Purchases xv. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration f. 52.211-06 Brand Name or Equal g. 52.214-21 Descriptive literature h. 52.247-34 F.O.B. Destination i. 52.252-02 Clauses Incorporated by reference j. 52.222-41 Service Contract Act of 1965 k. 52.222-42 Statement of Equivalent Rates for Federal Hires l. 52.213-1 Fast Payment Procedures m. 52.246-04 Inspection of Service--Fixed-Price n. 52.236-13 Accident Prevention o. 52.237-02 Protection of Government Buildings, Equipment, & Vegetation. p. 52.237-03 Continuity of Services q. 52.228-05 Insurance - Work on Government Installation r. 52.242-17 Government Delay of Work s. 52.242-15 Stop-Work Order t. 52.237-3 Continuity of Services The period of performance will be March 15, 2012 to October 15, 2012. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Expected award date is September 21, 2011. Please do not request award status prior to this date. Award announcement will be made via FEDBIZOPPS. In the performance of this contract, the contractor shall comply with the requirements of Department Of Labor WD 05-2505 (Rev.-13) was first posted on www.wdol.gov on 06/17/2011. The wage determination is incorporated and made a part of this order. To view the applicable rates, please visit the following web address: http://www.wdol.gov. A full text copy will be provided upon request A site visit will take place on September13, 2011 at 10:00 AM. Contractors are encouraged to attend the site visit. Please call or email Richard Meyers(richard_meyers@fws.gov, 337-774-5923) or Marsa Benoit(Marsa Benoit@fws.gov, 337-774-5923) to register for the site visit and get directions. The Government will make award to one (1) offeror submitting the lowest priced technically acceptable Quote. The Government will first review unpriced technical quotes to determine which are acceptable to the Government. Responses that the offeror understands, or will comply with the specifications, statements paraphrasing the specifications, and general or overly broad responses such as "standard procedures will be employed" or "well know techniques will be used", will be rated non-acceptable. The objective of the Government is to award a contract to an offeror who submits a quote that when evaluated is determine to meet the acceptability levels established in the solicitation for each non-price evaluation factor or sub-factor. Each no-price evaluation technical factor will receive a rating of Acceptable/Non-Acceptable. The award will be made to the technically acceptable quote with the lowest evaluated proposed price. To be considered technically acceptable, no technical factors in the Quote may be determined to be unacceptable. The failure of a Quote to meet all of the requirements under any factor will result in a technically unacceptable rating and preclude award. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (a) The Government may extend the term of this contract by written notice to the Contractor within 30; 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 years. Funds are not presently available for performance under this contract beyond October 15, 2012. The Government?s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond October 30, 2012, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS01791/listing.html)
 
Place of Performance
Address: Lake Arthur, LA 70549
Zip Code: 70549
 
Record
SN02568242-W 20110910/110909001249-f74b91a9fc8f819dfc107d81978945e1 (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.