Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
MODIFICATION

Z -- Landscaping & Lawn Service

Notice Date
2/8/2012
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-S-12-7838PB
 
Archive Date
3/16/2012
 
Point of Contact
Phyllis A. Bryan, Phone: 202-382-7844, Rachel E Johnson, Phone: 202-382-7847
 
E-Mail Address
pbryan@bbg.gov, rjohnson@bbg.gov
(pbryan@bbg.gov, rjohnson@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Description This Combined Synopsis/Solicitation was prepared by the U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB) pursuant to Federal Acquisition Regulation (FAR) Subpart 12.603 [Streamlined Solicitation for Commercial Items] to include the following additional information: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of 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. (ii) This Solicitation Number BBG50-S-12-7838PB is issued as a request for quote (RFQ), that will result in a single award of a firm-fixed-price contract using FAR Part 13 [Simplified Acquisition Procedures] procedures for traditional lawn care for station compound and entrance road shoulders. (iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through FAC 2005-55, effective January 3, 2012. (iv) The Contracting Officer (CO) has found and determined that the nature of the supplies to be provided is appropriate for an "unrestricted" procurement. (v) The Contractor shall provide the following items - Contract Line-Item Number (CLIN) No. 1: Mowing Services for A & B Site Compounds, Base Period 9mos.; CLIN No. 2: Mowing Services for A & B Site Compounds, Option I 9mos.;. ; and CLIN No. 3: Mowing Services for A & B Site Compounds, Option II 9mos. (vi) The CLINs required above are described as follows: provide traditional lawn care for station compound and entrance road shoulders. (vii) CLIN No. 1 -3 are for 9 month period of performances after date of award; Options to be exercised at discretion Government. (viii) The provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition. (ix) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The below-stated technical evaluation subfactors, when combined, are significantly less important than price in the BBG's overall evaluation of an Offeror's proposal. Past performance will also be considered [see FAR Subpart 15.304 (Evaluation Factors and Significant Subfactors)]. In order to help the Government in its evaluation of past performance, Offerors shall provide at least three (3) current references with valid telephone numbers of customers for similar services. (x) Offerors shall submit a completed copy of the provision at FAR Subpart 52.212-3 [Offeror representations and certifications -- commercial items] with their proposal. This provision can be found at the following website: https://www.acquisition.gov/far/html/52_212_213.html ; if requested by an Offeror, a copy of far subpart 52.212-3 can be obtained by contacting the contracting officer. (xi) FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. (xii) FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if an Offeror elects to waive the preference, the Offeror shall so indicate in his/her proposal)]; FAR Clause 52.219-8 [Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3))]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act - Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, Section 7102, and 10 U.S.C. 2323) (if an Offeror elects to waive the adjustment, the Offeror shall so indicate in his/her proposal)]; Alternate I of FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; FAR Clause 52.232-18 [Availability of Funds]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]. (xiii) The Offeror shall note that CLIN No. 1-3 shall be priced on a firm-fixed price. The Contractor's proposed prices shall include wages, overhead, general and administrative expenses, and profit. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) No numbered notes apply to this acquisition. (xvi)Offerors shall submit a Price Proposal that states the Offeror's proposed firm-fixed-price for CLIN No. 1 - 3. Proposals are due by 2:00 p.m. local time on February 9, 2012 at the following address: 330 C Street, S.W, Switzer Building Room 4300, Washington, D.C. 20237 (xvii) Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Ms. Phyllis Bryan, at (202) 382-7844, or via e-mail at pbryan@bbg.gov. Any Offeror may submit an offer, which shall be considered by the BBG. Amend 02: Solicitation is hereby amended as follows: (1) Proposal Due Date is extended FROM Feb 9 TO March 1. Proposals are due by 2:00 p.m. local time on March 1, 2012 at the following address: 330 C Street, S.W, Switzer Building Room 4300, Washington, D.C. 20237 (2) Another Amendment is forthcoming to revise Part (ix) with correcting the technical evaluation subfactors and clarifying their order of importance. (3) Please note, Offerors who have already submitted proposals need to confirm via email to Phyllis Bryan (pbryan@bbg.gov) if they will not be submitting a revised proposal. Amend 01: Proposal Due Date in Description is corrected FROM Feb 14 TO Feb 9. Proposals are due by 2:00 p.m. local time on February 9, 2012 at the following address: 330 C Street, S.W, Switzer Building Room 4300, Washington, D.C. 20237
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-S-12-7838PB/listing.html)
 
Place of Performance
Address: 3919 VOA Site B Road, Grimesland, NC (B-Site) and 10000 Cherry Run Road, Greenville, NC (A-Site), Greenville, North Carolina, 27837, United States
Zip Code: 27837
 
Record
SN02670174-W 20120210/120208234627-f3cbe9ffb2b47a47670209491e8e0f0f (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.