Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
MODIFICATION

S -- Official Invitation for Bids (IFB) for Grounds Maintenance and Pest Control Support Services for NASA Langley Research Center - Solicitation 1

Notice Date
6/27/2017
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, Virginia, 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
NNL117608444E
 
Response Due
8/1/2017 2:00:00 PM
 
Point of Contact
sharon hare, Phone: 7578642409
 
E-Mail Address
sharon.v.hare@nasa.gov
(sharon.v.hare@nasa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Instructions for Adobe Portfolio This document contains all solicitation documents and requirements. Please refer to the Adobe Portfolio Instructions if you have problems accessing the documents. This notice is an Invitation for bids (IFB) for Grounds Maiintenance and Pest Control Support Services at NASA Langley Research Center 1. This IFB is issued pursuant to FAR Part 14 and NASA FAR Supplement Part 1814. In submitting your bid, you must comply with the instructions detailed in the IFB. 2. This competitive procurement is limited to those small business concerns expressly certified by the Small Business Administration (SBA) in the SBA's 8(a) Program. NAICS Code 561730, Small Business Size Standard of $7.5M, is applicable to this procurement. 3. Prospective bidders and/or bidders' representatives are encouraged to participate in the Pre-Bid Conference and Site Visit and apprise themselves of all conditions that will affect the performance of the work required by the IFB or reasonably implied by this IFB. Only one Pre-Bid Conference and Site Visit will be conducted. No exceptions will be given. Potential bidders should carefully examine work sites and specifications. No additions or increases to the contract will be made due to a lack of careful examination of work sites and specifications. A site visit is scheduled for July 11, 2017 at 1:00pm. Should a change occur it will be posted to FedBiz OPPS website in the form of an amendment to the solicitation. See Section L, FAR Provision 52.237-1 for details. 4. Joint Venture Agreements: Joint Ventures (JV) are allowable on competitive 8(a) set-asides; however, the JV Agreement package or email notification of bid submittal by the JV must be received by the SBA prior to proposal due date and the JV Agreement must be approved before award of any resulting contract. If you are contemplating a JV on this project, you must advise your assigned SBA Business Opportunity Specialist as soon as possible. It is also recommended that the agreement be submitted as soon as practical to ensure compliance with established regulations. For additional information, see 13 CFR § 124.513. 5. Determination of Responsibility will be made prior to award in accordance with FAR 9.1. Prospective bidders and/or bidders' shall have: (a) Adequate financial resources or ability to obtain them. (b) Comply with proposed performance schedule. (c) Satisfactory performance record: (We define satisfactory performance as the following: Performance that meet contractual requirement. The contractual performance of the sub-elements contains some minor problems for which corrective action taken by the contractor appear or were satisfactory.). (d) Satisfactory record of integrity and business ethics. (e) Organization, experience, accounting, operations controls, technical skills, or ability to obtain them. (f) Otherwise qualified and eligible to receive an award under applicable laws and regulations. 6. Please pay careful attention to the Schedule B clauses, and instructions in Exhibit B and Section L.9 when pricing your bid. Offerors are encouraged to carefully check their proposed unit prices to ensure the total extended amounts are correct. The FFP amounts in Section B.4 will take precedence over the offeror's calculations in Exhibit B. 7. All questions regarding this solicitation must be submitted in writing to Sharon Hare (sharon.v.hare@nasa.gov), Contract Specialist, not later than July 18, 2017. Questions submitted, and responses to such questions, or any additional information deemed necessary by the Government shall be posted as an amendment to the IFB. 8. Bid/Proposal Submission Information: Submit the original and 2 hard copies of the bid/proposal on or before the date and hour shown in Block 9 of the SF 33. Bids/Proposals shall be submitted/mailed to the address shown in Block 8 of the SF 33 (face page of the solicitation) or, if hand carried, only to the specific location/address/room number listed in Block 9. Do not deliver proposals to the Contract Specialist/Contracting Officer, or any other location/address/building, and do not leave proposals unattended. Be aware that heightened and varying security requirements may preclude or delay access to the Center; however, such circumstances will not provide a basis for acceptance of a proposal that arrives at the place specified after the exact time specified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/NNL117608444E/listing.html)
 
Place of Performance
Address: NASA Langley Research Center, Hampton, Virginia, 23681, United States
Zip Code: 23681
 
Record
SN04559357-W 20170629/170627235544-af6d16d565692e4adf2e0b08f460ea2b (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.