Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

S -- GROUNDS MAINTENANCE SERVICES AMHERST USARC AMHERST NY AND GERRY USARC GERRY NY

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-14-T-1560
 
Response Due
9/25/2014
 
Archive Date
11/17/2014
 
Point of Contact
Claudia Adams, 609 562 4443
 
E-Mail Address
ACC - New Jersey
(claudia.m.adams.civ@mail.mil)
 
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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No.W15QKN-14-T-1560. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76. The North American Industry Classification System Code (NAICS) for this acquisition is 561730 with a size standard of $7.5M. This requirement is set aside 100% to small business. Prospective contractors shall be registered in the System for Award Management (SAM)database prior to or on date of receipt of quotes. A contractor can locate registration information at www.fsd.gov. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil/ BASIS OF AWARD: Award shall be made to a single offeror. Quotes must include prices for each item listed in order that quotes may be properly evaluated. Failure to do this shall be cause for rejection of the entire quote. Award shall be made to that responsible, responsive offeror whose total aggregate price is lowest. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one half of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six-month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. The following provisions and/or clauses apply to this acquisition: FAR/DFARS PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items; Addendum to FAR CLAUSE 52.212-1 which deletes Paragraphs (d), (e), (h), and (i) from FAR 52.212-1; 52.252-1 (http://farsite.hill.af.mil or http://www.arnet.gov/far), 252.203-7005, Representation Relating To Compensation Of Former DOD Officials (NOV 2011), 252.204-7011 Alternative Line-Item Structure (Sep 2011), 252.209-7993 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law-Fiscal Year 2014 Appropriations (DEVIATION 2014-OO0009) (FEB 2014) and 52.217-5, Evaluation of Options, apply to this acquisition. Offerors shall complete 1) the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications; 2) complete DFARS 252.209-7993; 3) and complete 252.204-7011 if applicable. The provisions that are applicable to this acquisition are included as Attachment 3. FAR CLAUSES: The clause at 52.212- 4 applies to this acquisition and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h) and (n); 52.204-7, 52.204-13, 52.222-50, 52.223-2, 52.223-3, 52.223-5, 52.228-5, 52.232-40, 52.237-1, 52.237-2, 52.246-25, 52.247-34, 52.217-8, 52.217-9, 52.228-5, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses; 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 apply to this acquisition. Local Clause 52.233-4000 AMC-Level Protest Program (Sept 2011) (see http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. for procedures.) and 52.000-4002, Level 1 Anti Terrorist Awareness Training Requirements for Contractor Employees are applicable to this acquisition DFARS CLAUSES: The clauses at 252.201-7000, 252.203-7000, 252.203-7005, 252.204-7003, 252.204-7000 Alt A, 252.204-7012, 252.223-7006, 252.225-7031, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.244-7001 and 252.246-7000 apply to this acquisition. Site visit, in accordance with 52.237-1, is to be coordinated with Pat Patterson, 716-298-6200 ext 1013 cell 716-946-2791 patrick.a.patterson2.ctr@mail.mil A site visit is scheduled for 19 September 10:00am at Amherst NY facility. A site visit is scheduled for 23 September 2014 for the Gerry NY facility. Quotes must be received by 12:00 P.M. Eastern Standard Time (EST) on 25 September 2014. Attachment 2, Bid Schedule, shall be used for price quotes and submitted along with a cover letter on company letterhead signed by an individual authorized to sign as an agent of the offeror. Additionally, Attachment 3, which includes FAR 52.212-3 and DFARS 252.209-7993 shall be completed and returned as part of your company's quote. Quotes may be emailed to claudia.m.adams.civ@mail.mil faxed to (609) 562-3625. Attachment 1 includes the performance work statement (PWS) and the applicable Service Contract Act wage determination. Attachment 4, is the site map of the facility for Gerry USARC and Attachment 5, is the site map for the Amherst USARC facility.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/94bfd3c61cef29a7307c087186fe6b0a)
 
Place of Performance
Address: TBD TBD TBD 00
Zip Code: 00000-0000
 
Record
SN03518493-W 20140920/140919000026-94bfd3c61cef29a7307c087186fe6b0a (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.