Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOLICITATION NOTICE

F -- Geese Wildlife Management - Bid Schedule

Notice Date
6/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813312 — Environment, Conservation and Wildlife Organizations
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-T-0135
 
Archive Date
8/1/2017
 
Point of Contact
Ariel J. Martin, Phone: 4438614745
 
E-Mail Address
ariel.j.martin2.civ@mail.mil
(ariel.j.martin2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule must be submitted with offer. COMBINED SYNOPSIS/SOLICITATION W91ZLK-17-T-0135 GEESE WILDLIFE MANAGEMENT This 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 a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (13 January 2017). The solicitation number for this Request for Quote (RFQ) is W91ZLK-17-T-0135. This requirement is under the associated North American Industry Classification System (NAICS) Code 813312, Environment, Conservation and Wildlife Organizations and the Small Business Size Standard $15M. The Government contemplates award of a Firm-Fixed Price in accordance with FAR 13.500. This procurement will be evaluated as lowest price technically acceptable for the procurement of the following services/materials. The Government also contemplates two (2) option year periods. 1. Geese Wildlife Management Including: Provide on-site cleaning of geese droppings outside of BLDG 6010, approximately 12,000 sq. ft. of sidewalk; prohibiting geese from areas around BLDG 6010 during business hours of operation; controlling of geese population; use of trained dogs to maintain areas; and addling of goose eggs during nesting season. Instructions to Offerors: Place of performance shall be area around BLDG 6010 Frankford St. Aberdeen Proving Ground, MD 21005 The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2 - Evaluation -- Commercial Items, does not apply to this acquisition. Evaluation (a) The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted quotes. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. (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. The provision at FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. The provision at FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. This clause applies in its entirety and there are currently no addenda to the provision. The provision at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: (a) (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 30 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. ALL QUOTES SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-17-T-0135 QUOTE FROM (INSERT COMPANY NAME) See attached Bid Schedule. Must be submitted with offer. All questions regarding this solicitation must be submitted to the Purchasing Agent via email no later than 12:00 p.m. EST, 30 Junel 2017. Please submit questions to Ariel Martin, via email at ariel.j.martin2.civ@mail.mil. All Firm Fixed Price (FFP) quotes must be signed, dated, and received by 12:00 p.m. EST, 15 June 2017. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. NO TELEPHONE REQUESTS WILL BE HONORED. PERFORMANCE WORK STSTEMENT 1. Introduction: The Army's Program Executive Office for Command, Control and Communications-Tactical (PEO C3T) upholds its mission of developing, acquiring, fielding and supporting the Army's tactical network through a dedicated workforce in order to provide soldiers the information they need to fight and win our nation's wars. PEO C3T is located in Building 6010 on the Aberdeen Proving Ground (APG) campus in Maryland. The campus provides a central location utilized by leadership and staff personnel to support the PEO C3T mission. 2. General Specifications: The purpose of this Performance Work Statement (PWS) is to provide the specifications for wildlife management as the Canadian geese population has migrated to Building 6010, the location of PEO C3T at APG, MD. The Canadian geese populations are excessive and are repopulating aggressively at the building location. The geese are fouling the ponds with excessive fecal waste. Additionally, they are leaving excessive amounts of droppings in the public areas of campus causing a bio-hazard situation where employees are tracking goose feces into the buildings. 3. Purpose: The PEO C3T building (6010) is a large facility, housing many subordinate Program Management Offices (PMOs) and other supporting organizations. It is a highly active environment with high traffic throughout the day. Due to the critical nature of the operations at the facility, PEO C3T desires to engage the services of a contractor on a Firm-Fixed-Price (FFP) basis to remedy the excessive goose population in the area of Building 6010 on a recurring annual basis. 4. Objectives: o The contractor shall be responsible for the cleaning of geese droppings on the sidewalks outside of Building 6010 once per week. The method of cleaning shall be determined by the contractor. Please note that a water source will not be made available for cleaning. It will be the responsibility of the contractor to provide the water source. This includes all three entrances to the building and the front sidewalk leading to the circle on the west side. Approximately 12,000 square feet of sidewalk. o The contractor shall be responsible for keeping the geese away from Building 6010 and surrounding sidewalks as effectively as possible during normal business hours of operation (0800 - 1700). o The contractor shall be responsible for controlling the geese population in the area year round, utilizing environmentally-safe techniques. o The use of trained dogs (e.g. border collies) is required to encourage the geese to relocate from the area and migrate to another place. o The trained dogs will be allowed to work off leash but must be in near contact and highly obedient to the handler. o Mitigation shall be done without physically touching, injuring, or destroying the geese. Properly trained dogs shall not harm or touch the geese in anyway. The presence of the dogs will merely cause the geese to feel threatened, although they will be perfectly safe. o Chemical repellants shall not be allowed regardless of environmental impact. o The service hours must be scheduled in coordination with representatives of the PEO C3T facility. Staggered service hours are required to maximize performance. o Weekend mitigation shall be required if necessary. o The contractor shall be required to 'addle' the goose eggs during nesting season using best practices/treatment of the eggs and immediately replacing them to the nests. o The contractor shall be required to keep PEO C3T in compliance with any federal and state regulations that apply to geese mitigation. o The contractor shall be licensed and must be in compliance with all federal and state environmental codes that apply to their business. 5. Deliverables and Schedule: Monthly spot reports are required. Additionally, an annual goose mitigation report is required detailing the methods used, their outcomes, and proposed remedies and mitigation solutions for the next year. Monthly spot reports shall be sent to the technical point of contact electronically (e-mail). There is no specific format required. Contractor format is acceptable. 5.1. General Specifications The vendor shall coordinate the schedule with the PEO C3T facilities manager/representative. 5.2. Deliverables Deliverables Due Spot Reports Monthly Goose Mitigation Reports Annual Invoicing Monthly 6. Place of Performance: PEO C3T HQ, 6010 Frankford Street, Aberdeen Proving Ground, MD 21005 7. Period of Performance: Total estimated performance will be three years: One base year (12-months) with two option years (12-months each). Performance shall commence upon receipt of the fully executed contract. 8. Time of Performance: The contractor shall propose a time of performance not limited to the regular duty hours for the campus (0800 - 1700). 9. Special Provisions: o Contractor personnel proposed to work under this contract must be United States citizens. o Contractor is responsible for any special permits, certifications, and insurance required to complete all specified tasks. o Contractor personnel must ensure that the PEO C3T facilities manager/representative or government personnel familiar with this requirement are informed of the contractor's presence while performing at the APG campus under this contract. 10. Security: Access and General Protection/Security Policy and Procedures: Contractor and all associated subcontractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 11. Contractor Manpower Reporting Application (CMRA): The Office of the Assistant Secretary of the Army Manpower & Reserve Affairs (ASAM&RA) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contract Number; (2) Fiscal Year (FY that the work was performed); (3) Order Number (Delivery Order, Task Order, or Purchase Order Number); (4) Requiring Activity Unit Identification Code; (5) Command (Command of the Requiring Activity that would be performing the mission if not for the contractor); (6) Contractor Name; (7) Total Invoiced Amount (the total dollar amount invoiced during the fiscal year, at the Delivery Order and/or Task Order level. This is the responsibility of the contractor); (8) Questions about Contract Performance (Contractors: Indicate if the contract/order includes the above services); (9) Government Supervision (Are the contractor personnel subject to relatively continuous supervision and control by a Government employee or officer); (10) Government's Tools and Equipment (Does the Government furnish the principal tools and equipment needed for contract performance); (11) Government Facility (Are some or all of the contractor employees provided with a workspace in a Government facility for use on a regular basis?); (12) Contracting Officer (First Name, Last Name, Phone Number, and Email); (13) COR/COTR (First Name, Last Name, Phone Number, and Email); (14) Contractor (First Name, Last Name, Phone Number, and Email); (15) Location Information (Federal Supply Code (FSC), City of Installation or Services, State, Zip, and Country); (16) Direct Labor Hours; (17) Direct Labor Dollars; (18) Fund Cite. As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d284a485101955ce040563a36989305f)
 
Place of Performance
Address: Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04546924-W 20170617/170616000146-d284a485101955ce040563a36989305f (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.