Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
SOLICITATION NOTICE

Z -- Grounds Maintenance - Solicitation SP4705-12-R-0003

Notice Date
2/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-12-R-0003
 
Archive Date
3/27/2012
 
Point of Contact
Beverly J Williams, Phone:, James A. Spell Jr,
 
E-Mail Address
Beverly.J.Williams@dla.mil, james.spell@dla.mil
(Beverly.J.Williams@dla.mil, james.spell@dla.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The attached is the RFP Solicitation SP4705-12-R-0003. Section B beginning with page 3 must be addressed within the attached. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as applicable, and 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 is issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 and DFAR Change Notice 20111220. The solicitation number SP4705-12-R-0003 is issued to provide grounds maintenance for the Defense Logistics Agency (DLA) Headquarters Complex (HQC). The DLA HQC building is located at 8725 John J. Kingman Road, Ft. Belvoir, VA, 22060. The period of performance for this effort is March 29, 2012 through March 28, 2013. There will also be two (1) one year option periods. Review the attached RFP Solicitation SP4705-12-R-0003 for additional information. The associated North American Industrial Classification System (NAICS) code for this procurement is [561730] with a small business size standard size of $7,000,000.00. This requirement is 100% 8(A) set-aside. Only qualified offerors registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. Interested parties must be capable of starting on the start date, March 29, 2012. Award will be based on the lowest price technical acceptable from a responsible and responsive contractor. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. Please submit all questions in writing to the Point of Contact by March 9, 2012 1:00 p.m. EST. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This requirement is FOB Destination. No exception to FOB Destination will be considered. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx. Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.216-18 Ordering (Oct 1995), 52.216-19 Order Limitations (Oct 1995), 52.216-22 Indefinite Quantity (Oct 1995), 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items (Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). In order to receive an award, offerors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. Registration is free and can be completed on-line at http://www.ccr.gov/. Proposal must provide pricing for each CLIN and total on the solicitation form 1449. 52.212-2 -- Evaluation -- Commercial Items. (a) 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 use the lowest price technically acceptable source selection process. The following standards shall be used to evaluate offers: (1) Technical Approach (2) Past Performance (3) Price For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Please refer to the attached 1449 for evaluation details. All quotes submitted shall be the Offeror's best price. The Government reserves the right to award the contract on initial quotes. For offers which meet all other evaluation factors, award will be made to the low offeror based on price. To assist the Government in determining cost reasonableness for this effort, it is required that you provide enough detailed cost information with your offer to make this determination. Proposals will be due by Monday, March 12, 2012 at 2:00 p.m., Eastern Standard Time. RFP must reference Solicitation number SP4705-12-R-0003. All responsible sources may submit a quote, which if timely received, shall be considered by the agency. Proposals submitted in response to this announcement shall be received via email and via mail. Email response to james.spell@dla.mil and beverly.j.williams@dla.mil. Hardcopies of proposal must be received via mail at Defense Logistics Agency, 8725 John J. Kingman Road, Suite 1145, ATTN: James A. Spell Jr., Fort Belvoir, VA 22060. One original of the proposal must be received. Two technical copy which excludes the company name must be received. The technical copy shall clearly address the requirement. SUBMISSION OF QUOTATIONS: Vendors will be required to submit the following quotes in accordance with the attached Solicitation Form 1449. Offers received after the response date and time will not be considered. RFPs shall address the requirements of the Statement of Work (see attachment). Any quotes received which are not FOB Destination will be considered nonresponsive to the requirement. If you should have any questions concerning this request, please contact James A. Spell Jr. via email only at james.spell@dla.mil and beverly.j.williams@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-12-R-0003/listing.html)
 
Place of Performance
Address: DLA HQC building is located at 8725 John J. Kingman Road, Ft. Belvoir, VA, 22060, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02683352-W 20120229/120227234306-75772dab620e1c6e004aac211d7eff8e (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.