Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
MODIFICATION

S -- RFQ for Maintenance of Interior Plantscaping

Notice Date
7/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
RTPPOD US Environmental Protection Agency 109 T.W. Alexander Drive Mail Code: AA005 Research Triangle Park NC 27709 USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-RT-16-00071
 
Response Due
7/25/2016
 
Archive Date
8/9/2016
 
Point of Contact
Rodriguez, Ryan
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation number RFQ-RT-16-00071 is being issued as a Request for Quotations (RFQ) using the commercial procedures in accordance with FAR Part 12 and the Simplified Acquisition Procedures in accordance with FAR Part 13. The solicitation document, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. Only responses from responsible small business sources will be fully considered. The U.S. Environmental Protection Agency intends to solicit and award a firm-fixed price order with a one year base period and four one year option periods. The expected period of performance is October 1, 2016 through September 30, 2017. This solicitation is a total small business set-aside. The North American Industry Classification System (NAICS) code is 561730 Landscaping Services and the business size standard $7.5 million. The requirement being solicited is for the Interior Plantscaping Maintenance at the Human Studies Facility in Chapel Hill, NC; and the USEPA Research Triangle Park Main Campus, NC. See the Performance Work Statement for more details. The contractor shall provide all labor, transportation, equipment, materials, supplies and supervision necessary to perform maintenance services of plants in accordance with the attached Performance Work Statement. The contract line items (CLINs) are as follows: CLIN 0001: (Base Period) Interior Plantscaping Maintenance Services. Quantity is 12 and Units of issue is Months. CLINS 1001: (Option Period 1) Interior Plantscaping Maintenance Services. Quantity is 12 and Units of issue is Months. CLINS 2001: (Option Period 2) Interior Plantscaping Maintenance Services. Quantity is 12 and Units of issue is Months CLINS 3001: (Option Period 3) Interior Plantscaping Maintenance Services. Quantity is 12 and Units of issue is Months CLINS 4001: (Option Period 4) Interior Plantscaping Maintenance Services. Quantity is 12 and Units of issue is Months It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All quoters must submit representations and certifications in accordance with these clauses and provisions. FAR clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or https://www.acquisition.gov/?q=browsefar. The following FAR provisions are applicable: FAR 52.252-1, Solicitation Provisions Included by Reference, and FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The following FAR clauses are applicable: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel, FAR 52.217-8 -- Option to Extend Services within 30 days, FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information, FAR 52.223-17 -- Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts, FAR 52.237-2 -- Protection of Government Building, Equipment, and Vegetation, FAR 52.237-3 -- Continuity of Services, FAR 52.242-15 -- Stop-Work Order, and FAR 52.252-2 -- Clauses Included by Reference. The following clauses within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, are applicable to this acquisition through the latest FAC: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43, 52.222-50, 52.222-55, and 52.223-18. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. Instructions to Quoters (a) Submission of Quotations. Submit signed and dated quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on an SF 1449, letterhead stationery, or as otherwise specified in the solicitation. The vendor shall e-mail the quotation to the point of contact Rodriguez.Ryan@epa.gov on or before the due date. Electronic transmission of data shall be within the following file formats: Microsoft Word, Adobe PDF and/or Microsoft Excel. As a minimum, the quotation must show -- (1) The solicitation number; (2) The name, address, DUNS number, telephone number, and e-mail address of the quoter; (3) A response to the three evaluation criteria. See description below (Technical Approach, Past Performance and Experience); (4) Price and any discount terms; (5) "Remit to" address, if different than mailing address; and (6) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). (b) The original quotation shall be submitted via the FedConnect ® web portal (www.fedconnect.net) as the official submission. In order to submit the original proposal via FedConnect ®, offerors must register in Fedconnect at www.fedconnect.net, see main page of FedConnect ® website for registration instructions. For assistance in registering or for other FedConnect ® technical questions please call the FedConnect ® Help Desk at (800) 899-6665 or email at support@fedconnect.net. (c) All contractors and subcontractors must be enrolled in SAM (System for Award Management) in order to be considered for this award. Go to https://www.sam.gov to enroll electronically. (d) Data Universal Numbering System (DUNS) Number. The quoter shall enter, in the block with its name and address on the cover page of its offer, the annotation ¿DUNS ¿ or ¿DUNS+4 ¿ followed by the DUNS or DUNS+4 number that identifies their name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for DUNS number. (e) Period for acceptance of quotations: In compliance with the solicitation, the quoter agrees, if this quote is accepted within 90 calendar days from the date specified in the solicitation for receipt of quotes, to furnish any or all items upon which prices are quoted at the price set opposite each item, delivered at the designated point(s), within the time specified in the Schedule. (f) Site Visit: See the Attachment entitled Additional Provisions and Clauses for details regarding the site visit. Evaluation Criteria: The Government will award a purchase order resulting from this Request for Quotations (RFQ) to the responsible quoter whose quote, conforming to the RFQ, will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate quotes and make award without discussions. In addition to the price, the following factors shall be used to evaluate quotes: Technical Approach, Past Performance and Experience. A.Technical Approach-Demonstrated a clear and detailed approach to meet the requirements in each section of the Performance Work Statement (PWS). The technical approach shall include a detailed schedule to accomplish the requirements in the PWS. B.Past Performance- Demonstrated successful past performance for similar work comparable in size, scope, and complexity to the plantscaping maintenance required in this RFQ completed during the past three years, and those currently in process for similar work. The Quoter shall provide the names and phone numbers for three points of contact. Past performance is the quality of the work performed. C.Experience- Demonstrated successful experience for similar work comparable in size, scope, and complexity to the plantscaping maintenance required in this RFQ. Experience is the type and quantity of the work performed. FAR 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government ¿s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) All questions must be sent via email to point of contact Ryan Rodriguez at rodriguez.ryan@epa.gov. Questions shall be submitted no later than 12:00 PM EDT, 13 July 2016. All quotes must be sent via email to point of contact Ryan Rodriguez at rodriguez.ryan@epa.gov. Quotes shall be submitted no later than 12:00 PM EDT, 25 July 2016. The following nine attachments are hereby incorporated into this solicitation (RFQ-RT-16-00071). Attachments are located in FEDCONNECT: 1. Additional Provisions and Clauses; 2. Performance Work Statement; 3. Performance Requirements Summary; 4. List of Government Owned Interior Plants; 5. Integrated Pest Management Plan, 6. Wage Determination; 7. Pre Proposal Conference Information Packet Instructions, 8. Visitor Management System Template, and 9. Personally Owned Equipment Temporary Authorization Contracting Office & Place of Procurement: US EPA OARM Service Center RTP, Procurement Operations Division Research Triangle Park, NC 27711 Point of Contact: Ryan Rodriguez Contracting Officer rodriguez.ryan@epa.gov Phone: 919-541-2421
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-16-00071/listing.html)
 
Place of Performance
Address: OARM-RTP-FMSD US Environmental Protection Agency 109 TW Alexander Drive Mail Code: C604-01 Research Triangle Park NC 27709 USA
Zip Code: 27709
 
Record
SN04183959-W 20160717/160715234025-2f5ba4b3c537ea5b77306fce8212a521 (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.