Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
MODIFICATION

S -- Landscaping Service

Notice Date
4/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NWWP9219-12-02858CE
 
Archive Date
4/19/2012
 
Point of Contact
Clifford C. Edwards, Phone: 3034976335
 
E-Mail Address
clifford.c.edwards@noaa.gov
(clifford.c.edwards@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Landscaping Services for National Weather Service, Peachtree City, Georgia (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number: NWWP9219-12-02858CE (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-¬¬57. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561730. The small business size standard is $7.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Landscaping Services for Key West WFO Florida in accordance with the statement of work for the period of twelve months. CLIN 1001 - Option Year I; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Landscaping Services for Key West WFO Florida in accordance with the statement of work for the period of twelve months. CLIN 2001 - Option Year II; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Landscaping Services for Key West WFO Florida in accordance with the statement of work for the period of twelve months. CLIN 3001 - Option Year III; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Landscaping Services for Key West WFO Florida in accordance with the statement of work for the period of twelve months. CLIN 4001 - Option Year IV; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Landscaping Services for Key West WFO Florida in accordance with the statement of work for the period of twelve months. (VI) Description of requirements is as follows: Base Year for a twelve month period 05/09/2012 through 5/08/2013 Option Period I for a twelve month period: 05/09/2013 through 5/08/2014 Option Period II for a twelve month period: 05/09/2014 through 5/08/2015 Option Period III for a twelve month period: 05/09/2015 through 5/08/2016 Option Period IV for a twelve month period: 05/09/2016 through 5/08/2017 See attached statement of work which applies to Base Year and all option years, and Department of Labor Wage Rates: WD 2005-2133, Revision No. 10, dated 06/17/2011 which can be found on www.wdol.gov. (VII) Period of performance shall be: 05/09/2012 through 05/08/2017 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. The offerer will submit quote on attached SF-18. Pre-Bid: The Government is planning a Site Visit on Wednesday, April 4, 2012 by 11:00am at the WFO, 4 Falcon Drive, Peachtree City, GA 30269 local time. To be considered for award, all vendors except the incumbent are required to attend the Site Visit. To request to be included in this, please Lans Rothfusz MIC at 770-486-1133 ext. 222 or e-mail him at lans.rothrusz@noaa.gov or you may contact Deborah Connell at 770-486-1133 ext. 221 or e-mail her at Deborah.connell@noaa.gov. Subsequent to the Site Visit, an amendment containing the questions and answers will be made available via FBO. Inquiries: Offerors must submit all questions concerning this solicitation in writing to Clifford Edwards at clifford.c.edwards@noaa.gov Questions should be received no later than 2:30pm MDT on April 13, 2012¬¬¬¬¬¬¬¬¬. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation via FedBizOpps. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance - quote shall include two references including the phone number, full address and email (if available) and contractor's past performance will be based on responsiveness, quality, and customer services and 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2012), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (XI) 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2012). (XII) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Mar 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (23) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513(39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html End Clause 52.204-9 Personal Identity Verification of Contractor Personnel. (Jan 2011) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991). 52.214-35, Submission of Offer in U.S. Currency (Apr 1991). 52.217-5, Evaluation of Options (July 1990). 52.223-1, biobased Product Certification. (Dec 2007). 52.223-2, Affirmative Procurement of Bio based Products Under Service and Construction Contracts. (Dec 2007). 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997). 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984). 552.217-8 OPTION TO EXTEND SERVICES (NOV 1999)\ 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 60 days. (End of Clause) 2.217-9 Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; 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 6 months. (End of Clause) 52.242-15 Stop Work Order. Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) (XV) Quotes are required to be received in the contracting office no later than 10:00 AM MST on April 18, 2012. All quotes must be faxed or emailed to the attention of Clifford Edwards. The fax number is (303) 497-6984 and the email address is clifford.c.edwards@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Clifford Edwards the email address: clifford.c.edwards@noaa.gov or fax (303) 497-6984.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NWWP9219-12-02858CE/listing.html)
 
Place of Performance
Address: National Weather Srevices, Peachtree City, Georgia, 30269, United States
Zip Code: 30269
 
Record
SN02712011-W 20120404/120402235635-9a9c308d6cd54f4f73956f8d8981b63b (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.