Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

F -- Tree Removal Delaware City, DE - SF 1449

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-16-T-0072
 
Archive Date
10/7/2016
 
Point of Contact
L. Adam Bryson, Phone: 2156566295
 
E-Mail Address
leslie.a.bryson@usace.army.mil
(leslie.a.bryson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 1449 RFQ INSTRUCTIONS TO OFFERORS (1) Action Code: Combined Synopsis and Solicitation (2) Date: September 15, 2016 (3) Year: 2016 (4) Contracting Office Zip Code: 19107-3390 (5) Classification Code: F (6) Contracting Office Address: USACE/Philadelphia District Wanamaker Building 100 Penn Square East Philadelphia, Pennsylvania (7) Subject: Tree Removal Delaware City, DE (8) Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR) Part 13 and 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 be issued (formal solicitation will be attached to this notice). The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract for a contractor to provide all materials and labor and equipment necessary to perform tree removal near Delaware City, DE. Service Contract Act Wage Determination No. WD 2015-2097 (Rev. 1) is applicable to this procurement. Duration and dates: Work shall be begin within 3 weeks from receipt of award. Work shall be completed NLT 23 November 2016. The contractor will notify officials of Delaware City a minimum of 7 days prior to work that they will be removing trees on US Government property. The contractor shall submit a safety plan and follow safety guidelines from the latest edition of Engineer Manual 385-1-1. The Solicitation Number for this acquisition is W912BU-16-T-0072 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 05-89. Clauses and Provisions are available on line at HTTP://farsite.hill.af.mil. This requirement is a 100 % Small Business Set Aside; the NAICS code is 561730 with a size standard of $7.5 M. Award will be based on lowest price technically acceptable (LPTA). Award will be made to the lowest priced offer that meets or exceeds the required experience as specified in this requirement. The government will evaluate price by adding the total of all prices. Pricing shall be in accordance with the CLIN structure of the RFQ. The government will evaluate the technical acceptability by evaluating the experience of the contractor. Contractor must have experience in large scale tree removal projects of similar scope. Contractor must describe a minimum of 2 jobs that they have performed within the past 5 years performing tree removal in government or private industry sites, describe the difficulty of the jobs, and what they did to be successful in completing the jobs. If no Experience information is received from the offeror, the offeror will not be considered for this award and will be deemed as non-responsive. Experience - The experience rating will be expressed as an adjectival assessment of acceptable or unacceptable. 1. Acceptable - Based on the offeror's provided experience narrative, the Government has a reasonable expectation that the offeror will successfully perform the requirement. If no information on the required experience is received from the offeror, they will receive an unacceptable rating. Due to the specialized nature of the work described in the SOW/PWS, it is necessary that the Offeror demonstrate satisfactory performance of qualification claimed. Low to Moderate Performance Risk. 2. Unacceptable - Based on the offeror's experience narrative, the Government has no reasonable expectation that the offeror will be able to successfully perform the requirement. Vendor has not met the qualification levels described herein on similar jobs, on-site government personnel have had multiple negative experiences with the vendor's personnel, and customers the vendor provided as evidence of similar/like work were unsatisfied with overall vendor performance on similar jobs. - High Performance Risk. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The two evaluation factors that will be used in determining the most beneficial proposal to the government are: Cost/Price and Experience. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the experience factor. Price will be the most significant factor in consideration of award. Tradeoffs are not permitted. Proposals are evaluated for acceptability but are not ranked using the non-cost/price factors. SUBMISSION INSTRUCTIONS 1. Proposals, consisting of Cost/Price information and a Technical Proposal, shall be submitted. 2. PROPOSAL SUBMISSION Proposals shall be submitted in two (2) separate sections. Section I- Cost/Price Proposal The contractor shall provide pricing in section B of the SF1449 RFQ as part of the signed and returned document. Section II- Experience For Experience/Qualification Evaluations, offerors shall demonstrate a clear understanding of all processes involved in solving the problems and meeting the requirements presented in the PWS/SOW. This is a FFP type Contact; price must be submitted in accordance with the line items in the RFP. Experience/Qualifications will be determined by how the Offeror demonstrates satisfactory performance. Contractor must describe a minimum of 2 jobs that they have performed within the past 5 years performing tree removal in government or private industry sites, describe the difficulty of the jobs, and what they did to be successful in completing the jobs **Failure to provide this information will result in your proposal being deemed "Non-Responsive"** Quote Development: All responses describing experience shall be written in a narrative format that shall not exceed 3 pages. The following format shall be utilized. A. Contractor Identification Data, to include: 1. Contractor data (Name, Address, Zip Code) 2. Cage Code and Current SAM Registration for "All Awards" 3. DUNS 4. Small Business Status 5. POC - Primary contact name, telephone number and e-mail address. This person should be the decision maker and capable of contractually obligating the company. 6. Background or brief history of the company. B. The dissertation of the contractor's understanding of Experience/Qualifications performance of tree removal services. The description will be thorough in the actions that the contractor will take to manage the project and reduce the risk of failure. Discussions of potential failures and subsequent recovery from the failure will determine the contractor's understanding of all of the risks involved and methods of mitigation. All quotes, including experience information, shall be submitted electronically using the attached solicitation form, the SF1449, by (04:00 PM) EST on September 22, 2016 to L. Adam Bryson at leslie.a.bryson@usace.army.mil. If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with your proposal at time of proposal due date. For information regarding this solicitation, the USACE Point of Contact is L. Adam Bryson, 215-656-6295.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-16-T-0072/listing.html)
 
Place of Performance
Address: Delaware City, Delaware, United States
 
Record
SN04274041-W 20160917/160916000236-32b84066b1241b556869c9f98b23157e (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.