Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
MODIFICATION

F -- Tree Removal and Pruning Services

Notice Date
12/19/2017
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
887776-2018
 
Archive Date
1/16/2018
 
Point of Contact
Rene D. Edwards, Phone: 301 504-1744
 
E-Mail Address
rene.edwards@ars.usda.gov
(rene.edwards@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
USNA COMBINED SYNOPSIS/SOLICITATION NO. 887776-2018 IS HEREBY AMENDED AS FOLLOWS: 1. EXTEND DUE DATE FOR RECEIPT OF QUOTATIONS FROM 12/18/2017 TO 01/12/2018. 2. REVISE INFORMATION CONTAINED HEREIN I.E, CONTRACT TYPE, BASIS FOR AWARD AND EVALUATION PROCEDURES. 3. PROVIDE GOVERNMENT RESPONSE TO INDUSTRY QUESTIONS. 4. PROVIDE PRICE LIST AND BPA INSTRIUCTIONS. Please read all contents contained herein carefully. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate offers and award a BPA without discussions. Therefore, each initial offer should contain the Offerors best terms from a technical and price standpoint. Offerors shall include a confirmation of receipt for all amendments to this combined synopsis/solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation therefore a written solicitation will not be issued. The U.S. National Arboretum (USNA) located in Washington, D.C. is a component of the U.S. Department of Agriculture (USDA) and requires arboriculture services i.e. tree removal, tree trimming and pruning and intends to solicit, negotiate and award a multiple-award Blanket Purchase Agreement (BPA), however the government reserves the right to issuse a single-award BPA. Period of Performance: base plus four (4) consecutive option ordering periods. The solicitation documents and incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-96 effective 06, Nov. 2017. The applicable North American Industry Classification Code (NAICS) is 561730 with a size standard of $7.5 million. SITE VISIT: All interested offerors are strongly encouraged to attend a site visit at USNA on Wednesday December 6, 2017 at 10:00 am est. Please plan to spend 1 ½ hours at the facility. PLEASE NOTE: Please submit all questions resulting from the site visit in writing via email to the Contract Specialist no later than Friday Dec. 8th, 2017 by COB. The Government will not respond to questions during the site visit therefore Government's response will be posted via an amendment to this notice. GOVERNMENT RESPONSE TO INDUSTRY QUESTIONS : 1. Would you like a daily rate for equipment? (i.e, bucket truck, loader, dump truck, stump grinder). Response: Please refer to the attached price list for submission of pricing. 2. Would you like a dialy rate or hourly rate for additional crew memebers when needed? Response: Please refer to the attached price list for submission of pricing. 3. Do we have permission to stage equipment overnight during weekly work? Response: Yes. Equipment may be staged on the NY Ave. parking lot. SUBMISSION INSTRUCTIONS: All interested offerors after reading the attached Performance Work Statement (PWS) - See Attachment 1 and believe they have the technical capability and can provide the necessary equipment and qualified personnel are invited to submit a quote utilizing your most competitive and reasonable rates. BASIS OF AWARD FAR Clause 52.212-2 Evaluation- Commercial Items (Oct 2014) ( 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; Factor 1 - Past Performance and Experience ; offerors shall include three (3) recent and relevant contracts for the same or similar type service (including contract numbers, points of contact and telephone numbers). Offerors must also describe their experience, as well as the experience of any proposed subcontractors in providing arborist’s services in a research and educational facility type environment. Offerors must include; (1) brief description of relevant experience, including the budget for the project and period of performance, (2) point of contact that may be used as a reference, (3) description of compliance with schedule and (4) description of previous innovations used to complete services of similar size and scope whether those innovations are proposed on this proposal or not. *Past performance and experience is considered a technical factor and will be evaluated on conformance to contract requirements, timeliness, customer satisfaction, similarity, complexity, size and scope. An Offeror’s past performance will be assessed based on information supplied by the Offeror and other sources available to the Government. Offeror’s with no relevant performance history or for whom information on past performance is not available will receive a neutral rating. A neutral rating will be evaluated as a “pass” for the purposes of determining technical acceptability. In the investigation of an Offeror’s past performance, the Government has the right to contact former customers, Government agencies, and other private and public sources of information. Factor 2 – Technical Competence and Approach ; offerors must describe their understanding of the scope of work, their approach proposed and the availability and competence of proposed labor. Factors 1 and 2 when combined are more important than price. (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. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited is reserved for the Contracting Officer. INVOICE PREPARATION AND SUBMISSION: Contractors doing business with the USDA, ARS MUST enroll and submit invoices via the REE Invoice Processing Platform System (IPP) in order to receive payment. To initiate IPP enrollment, please send an email to IPP CustomerSupport@fms.treas.gov (see NOTE in the 4th bullet point) and include the required information about your company listed in the bullet points below. The email subject line must be "IPP Payment Notification Services". • Your company name* • Primary company mailing address (street, city, state and zip)* • Primary company phone number • Designated IPP account administrator from your company: first name, last name, phone number, email address (NOTE: The request to register for an account must come from the designated IPP administrator's email address or your request cannot be processed) • Taxpayer Identification Number(s) (TINs) used for government agency payments • Name of government agency doing business with your company** • Contract number (list only one): • Contact information at the government agency: name, phone, email to verify that you are a vendor** *If you have more than one location or company name, use your primary corporate information and location data to enroll with the IPP. **This information is necessary to verify that your company is a vendor to a government agency. After an account is established, you will receive two emails. The first one will provide your User ID, and 12 to 24 hours later a second email will give you an 8-character password. Use the ID and password to log onto IPP to change to a password of your own, agree to the rules for using IPP and to answer security questions. Please see the "News and Training" box on your IPP homepage for instructions and videos on how to set-up email notifications, how to invoice, how to add additional users and other relevant information. Allow 5 to 10 business days for registration. Registration is recommended with the System for Award Management, (SAM), for all government vendors. Please visit www.sam.gov for more information. If you have any questions regarding the enrollment process, please call the IPP Customer Support Desk at (866) 973‐3131 and go to www.ipp.gov for general information. Based upon acceptance of required contract services, the contractor must include the following information on each invoice in order for the invoice to be considered proper invoice. 1. Name and address of contractor. 2. Invoice number and Invoice date. 3. Contract number. 4. Description of work and period of performance. 5. Name, title, phone number, and complete mailing address of official to whom payment is to be sent. 6. Name, title, phone number, and complete mailing address of person to notify in the event of a defective invoice. 7. Taxpayer Identification Number (TIN) and DUNS Number. PLEASE NOTE: In addition to the aforementioned, vendors are required to submit a hard copy invoice in a simultaneous emailing for review and approval to the designated point of contact and the contracting officer PRIOR to submission in IPP for disbursement. Invoices that do not contain the proper information described above will be returned to the Contractor for correction. The revised invoice shall be dated the day of the re-submission for payment. The following Federal Acquisition Regulations (FAR) and Agriculture Acquisition Regulation (AGAR) provisions are applicable to this procurement; FAR CLAUSE 52.212-1, Instructions to Offerors- Commercial Items (Jan 2017) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) 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); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST (https://assist.dla.mil/online/start/ ). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. FAR CLAUSE 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2017) - See Attachment 2 for full text and instructions. FAR CLAUSE 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) - Incorporated by reference. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2017) - See Attachment 3 for full text. ACCEPTANCE PERIOD: All quotations must stipulate that it is predicated upon all terms and conditions as stated in this combined synopsis/solicitation. Quotes must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government. **SUBMISSION OF QUOTATION: USDA, ARS, EBSC, Acquisition Attn: Rene D. Edwards, Contract Specialist Via E-mail: rene.edwards@ars.usda.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d105ca97a68c982f836bfe624a7c720c)
 
Place of Performance
Address: U.S. National Arboretum (USNA), 3501 New York Ave., NE, Washington, District of Columbia, 20002, United States
Zip Code: 20002
 
Record
SN04771320-W 20171221/171219231519-d105ca97a68c982f836bfe624a7c720c (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.