Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOLICITATION NOTICE

U -- Horticulture Instruction Services - Attachemnt III - Attachment V - Attachment II - Attachment IV

Notice Date
11/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Justice, Bureau of Prisons, FMC Rochester, 2110 E. Center Street, PO Box 4600, Rochester, Minnesota, 55904
 
ZIP Code
55904
 
Solicitation Number
RFQP04121500007
 
Archive Date
2/18/2015
 
Point of Contact
Andrew J. Bianco, Phone: 507-424-7323, Tori K Thoreson, Phone: 507-287-9620
 
E-Mail Address
abianco@bop.gov, tthoreson@bop.gov
(abianco@bop.gov, tthoreson@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Business Management Questionnaire SOW Wage Provisions Combined Synopsis Solicitation Horticulture Instructor Services Federal Medical Center (FMC), Rochester, MN This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. This solicitation number for this Request for Quotation (RFQ) is RFQP04121500007. This acquisition will be completely set-aside for small businesses. GENERAL Federal Medical Center (FMC) is located at 2110 East Center Street, Rochester, Minnesota 55904. The Federal Bureau of Prisons intends to make a single award for the provision of horticulture instructor services to a responsible contractor who can provide the services in accordance with the stated requirements. The resulting contract shall be a firm fixed price, requirements type contract, with a base year and two option years. The base period of performance will be from the effective date of award through 12 months, and each option year shall be 12 months in duration, in consecutive order, if exercised, at the Government's unilateral right. Faith-based and Community-based organizations can submit quotations equally with other organizations, for contracts which they may be eligible. CONTRACT PRICING AND METHODOLOGY Quotes will be based on a "per session" rate, whereas, one session is equal to one hour in duration. Contract pricing shall include all charges to the Government for performing the services required by this solicitation/contract (e.g., overhead, profit, supervision, wages, etc.). The Government reserves the right to award without discussion. Contractors are hereby notified that the Government intends to evaluate quotes and extend an offer of contract award to the contractor whose quote, conforming to the solicitation, represents the lowest price to the Government, in accordance with FAR 52.212-1(g). The quantity of services to be provided by the contractor is estimated below, and is not a representation that the estimated quantities will be required or ordered or that conditions affecting requirements will be stable or normal. Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), the contractor may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. CONTRACT CLAUSES 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This solicitation incorporates one 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 FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2014) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.223-5 Pollution Prevention and Right to Know Information (MAY 2011) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information, as noted: 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period 52.216-19 Order Limitations (OCT 1995) - (a) less than one session; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period 52.217-8 Option to Extend Services (NOV 1999) - prior to expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - (a) on or before the first day of the option period; 60 days; (c) but excluding the exercise of any option under the clause at 52.217-8, which is also incorporated into this contract, shall not exceed three (3) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised. 2852.223-70 Unsafe Conditions Due to the Presence of Hazardous Material (JAR 2823.303-70) (JUN 1996) 52.27-103-72 Department of Justice (DOJ) Contractor Residency Requirement (JUN 2004) 52.224-102(a) Security of Systems and Data, Including Personally Identifiable Information (MAR 2008) 52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005) Continuing Contract Performance During a Pandemic Influenza or other National Emergency (MAY 2008) (AGD 08-004) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (OCT 2014)- (b), 4, 6, 8, 14, 25, 28, 30, 31, 33, 35, 40, 44, 50; (c)(1)-Wage Determination 2005-2289, Rev 16, dated 07/25/2014, (c)(2) Occupational Code 15095 at $24.20 /hr. (-not to be confused with the wage rate) and (c)(3). OTHER CONTRACT TERMS AND CONDITIONS Type of Contract: The resulting contract will be a single award, requirements type contract with firm-fixed pricing. It is anticipated that the contract award resulting from this combined synopsis solicitation will be made in November 2014, with an anticipated date of December 1, 2014. Performance Period: The periods of performance of the resulting contract shall be Base Year - Date of Award (DOA) thru September 30, 2015; Option Year 1 - October 1, 2015 thru September 30, 2016; and Option Year 2 - October 1, 2016 thru September 30, 2017, if exercised. The contractor selected for award will sign and return the SF1449 within three business days to the contracting officer. The contractor shall commence performance of services under this contract, by submitting required documentation to initiate security clearance, within 5 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services for the resultant contract will be at the destination, Federal Medical Center, Rochester, MN. Contracting Officer Responsibility: Authority to negotiate changes in terms, conditions, or amounts cited in the resulting contract is reserved to the Contracting Officer. This responsibility may be delegated and in accordance with FAR 42.202 and 42.302, by the Procuring Contracting Officer (PCO), to an Administrative Contracting Officer (ACO), who will have authority to perform all normal contract administration functions listed in FAR 42.302(a) as items (1) through (70), to the extent those functions apply to the resulting contract. This assignment also includes delegation of authority to perform functions specified in FAR 42.302(b) as items (1) through (11). The service is a contractual arrangement and not a personnel appointment; Payment is based on an end product or the accomplishment of a specific result; The service does not constitute an employer /employee relationship; and The contractor will not be subject to Government supervision, except for security related matters. However, contractor performance shall be monitored. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-77. In accordance with FAR 42.1502 and 42.1503, the Department of Justice, Federal Bureau of Prisons utilizes a web based Contractor Performance Assessment Reporting System (CPARs) to provide contractor performance evaluations, whereas the contractor will be required to access and review evaluations and /or provide responses. SOLICITATION PROVISIONS 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions 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 any FAR clause or provision may be accessed electronically at www.acquisition.gov 52.212-1 Instructions to Offerors - Commercial Items (APR 2014) tailored to delete paragraphs at c, d, h and i as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-3 Offeror Representations and Certifications - Commercial Items (OCT 2014) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEP 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534 2852.233-70 Protests Filed Directly with the Department of Justice (JAN 1998) 52.27-103-71 Faith-Based and Community- Based Organizations (AUG 2005) Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Contractors are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. The North American Industrial Classification (NAICS) code is 611710 and the applicable small business size standard is $10 million. SUBMISSION OF QUOTATIONS EACH QUOTER SHALL COMPLETE AND SUBMIT THE FOLLOWING INFORMATION WITH THEIR PRICE QUOTE. FAILURE TO DO SO MAY CAUSE YOUR QUOTATION TO BE CONSIDERED UNACCEPTABLE. On letterhead or business stationary, the following information is required: (1) Contractor Dun and Bradstreet Number (2) Contract pricing for the estimated quantities in each Contract Line Item Number (CLIN) should be based on a "session" rate to provide horticulture instructor services, as described in Attachments 1 and 2. Pricing must be provided for each contract year, to include the Base Year, Option Year 1, Option Year 2. An example format for price quotes is as follows: BASE YEAR: CLIN 0001: $_______ per session x 1,164 hours /year = $___________ /year Combined Yearly Total the Base Year: ____________________ OPTION YEAR 1: CLIN 0001: $_________ per session x 1,164 hours /year = $____________ /year Combined Yearly Total for Option Year 1: ________________________ OPTION YEAR 2: CLIN 0001: $ _______ per session x 1,164 hours /year = $ _____________ /year Combined Yearly Total for Option Year 2: $________________________ Combined Total for the Base Year and All Option Years: $_______________ (3) Completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, 52.209-7 Information Regarding Responsibility Matters and 52.222-22 Previous Contracts and Compliance Reports, if different from entries made to the Online Representations and Certifications Application (ORCA) site, located at orca.bpn.gov, and Attachment III, provision entitled, "Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability (NOV 2013)(DEVIATION 2014-01)." (4) Documentation establishing compliance with the requirements referenced in "ATTACHMENT 2". (5) Point of Contact information for professional references. Contractors should provide a list of the last three contracts awarded to your firm, which are of a related nature. Include the following for each: Customer Name and contact, Address, Phone, Email address, Contract Number, Type of Work, Contract Amount, Contract Status (Active or Complete). (6) Point of Contact information for financial reference. Contractors should also provide contact information for a financial reference to include bank name, address, phone, and contact person. Financial references such as banking institutions generally require your authorization for release of information. If your reference will require a release, please provide an authorizing statement with your quote submittal. Quotes must be received at the Federal Bureau of Prisons, Federal Medical Center, 2110 East Center Street, Rochester, MN 55904, no later than 1:00pm local time on Friday, November 21, 2014. Quotes must be marked with the solicitation number (RFQP04121500007) and include all required information, to the attention of Andrew J. Bianco, Contracting Officer. Quotes will be accepted by mail, fax (fax #: 507-424-7612) or email (ABianco@bop.gov). Any questions regarding this requirement may be submitted to Andrew J. Bianco, Contracting Officer, at ABianco@bop.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/41207/RFQP04121500007/listing.html)
 
Place of Performance
Address: 2110 East Center St SE, Rochester, Minnesota, 55904, United States
Zip Code: 55904
 
Record
SN03569122-W 20141109/141107233848-988d2663b666c50f4978581939c570bd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.