Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
MODIFICATION

S -- LANDSCAPT MAINTENANCE IN MIAMI

Notice Date
12/21/2016
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NWWP9918-17-00025DPT
 
Archive Date
12/28/2016
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT #1 The purpose of this amendment is to correct the location address and to respond to questions regarding the size of the area to be maintained. The correct location is shown in the statement of work and is: National Weather Service Office 16801 SW 137th Avenue Miami, FL 33177 The acreage to be maintained is approximately one acre. It is the responsibility of the contractor to verify for their own use, the size of the area. COMBINED SYNOPSIS/SOLICITATION GROUNDSKEEPING SERVICES FOR THE NWS MIAMI, FLORIDA SITE (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; quotes 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 NWWP9918-17-00025DT (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. (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 $7.5 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services and products: CLIN 0001 - Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Groundskeeping Services at the NWS in Miami, FL in accordance with the statement of work for the period of twelve months. CLIN 1001 - Option Year 1; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Groundskeeping Services at the NWS in Miami, FL in accordance with the statement of work for the period of twelve months CLIN 2001 - Option Year 2; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Groundskeeping Services at the NWS in Miami, FL in accordance with the statement of work for the period of twelve months CLIN 3001 - Option Year 3; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Groundskeeping Services at the NWS in Miami, FL in accordance with the statement of work for the period of twelve months. CLIN 4001 - Option Year 4; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Groundskeeping Services at the NWS in Miami, FL in accordance with the statement of work for the period of twelve months. (VI) Description of requirements is as follows: See attached statement of work which applies to Base Year and all Option Years 1 through 4, and Department of Labor Wage Rates: WD 2005-2119 Rev. 18, Date of Revision 12/29/2015 and can be found at www.wdol.gov (VII) Period of performance shall be: Base Year for a twelve month period 02/01/2017 through 01/31/2018. Option Period 1 for a twelve month period 02/01/2018 through 01/31/2019. Option Period 2 for a twelve month period 02/01/2019 through 01/31/2020. Option Period 3 for a twelve month period 02/01/2020 through 01/31/2021. Option Period 4 for a twelve month period 02/01/2021 through 01/31/2022. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2016), applies to this acquisition. This is a Best Value Acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Quotes shall be fully executed and returned on the Standard Form (SF) 18 or your own company quote form and any acknowledgements of solicitation amendments on the SF 30. 2. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable (preferred) and can be sent to Doris Turner, email doris.p.turner@noaa.gov or by fax to 303-497-3163. 3. Bidder shall have an active registration as a small business firm in the System for Award Management (SAM) found at www.SAM.gov in order to be eligible for award. 4. Provide all evaluation criteria in accordance with 52.212-2 in this package At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number "THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT". CAR 1352.215-72 Inquiries (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO DORIS.P.TURNER@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 4:00 P.M. MDT/MST, 12/22/2016. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) 52.237-1 SITE VISIT (APR 1984) Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) PRE-BID SITE VISIT ALL BIDDERS ARE STRONGLY ENCOURAGED TO ATTEND THE SITE VISIT. THE GOVERNMENT IS PLANNING A SITE VISIT ON TUESDAY DECEMBER 20, 2016 AT 10:00 AM LOCAL TIME. To request to be included in a site visit, contact Roy Pimentel; Phone 786-417-7616 or via email at Roy.Pementel@noaa.gov. Make sure you get an acknowledgement of your request. LOCATION IS: National Weather Service 16801 SW 137TH Ave. Miami, FL 33177 (IX) FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. All factors have the same value. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Price - pricing must follow minimum wage rates provided by the Dept. of Labor, and 2) Past Performance. In addition to written price quotes, offerors must provide at least two references that can provide information pertaining to the offeror's performance of relevant work. Identify all contracts of similar scope, size, complexity that are ongoing or have been completed within the last 3 years. Offeror must provide the contact person, company name, phone number and/or email address. The contractor's past performance will be based on responsiveness, quality of the service, and customer service. Ratings to be on a Pass/Fail basis. The Government intends to award a best value, firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (X) THE OFFEROR MUST SUBMIT A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2016), SEE ATTACHED. The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/ (XI) THE CLAUSE AT FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015) APPLIES TO THIS ACQUISITION. (XII) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. (NOV 2016) SEE ATTACHED (XIII) The following clauses are also applicable to this acquisition: SEE ATTACHED (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MST on December 27, 2016. All quotes must be faxed or emailed (preferred) to the attention of Doris Turner. The fax number is 303- 497-3163 and email address is Doris.P.Turner@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Doris Turner at doris.p.turner@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWP9918-17-00025DPT/listing.html)
 
Place of Performance
Address: NWS, 16800 SW 137TH AVE, MIAMI, Florida, 33177, United States
Zip Code: 33177
 
Record
SN04357869-W 20161223/161221235036-389473968b4c7181a8e3f7b386409e78 (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.