Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2012 FBO #3830
SOLICITATION NOTICE

F -- CETTI BAY WATERSHED: RE-FORESTATION KILO WHARF MITIGATION MILCON P-502 ENHANCEMENT

Notice Date
5/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019212R5004
 
Response Due
6/18/2012
 
Archive Date
7/20/2012
 
Point of Contact
Arthur DeWitz 671-333-3175 Arthur DeWitz, 671-333-3175
 
Small Business Set-Aside
HUBZone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 not be issued. The Solicitation/RFP No. is N40192-12-R-5004. All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. This solicitation is set-aside for Historically Underutilized Business Zone Small Business Concerns. All responsible sources may submit a response which, if timely received must be considered by the agency. The North American Industry Classification System (NAICS) code is 561730. Proposals shall include all labor, supervision, tools, equipment, materials, management, transportation and facilities necessary to supply tree planting and forestation habitat landscaping maintenance services consisting of: CLIN 0001 Environmental Services “ Tree Planting (180,000 Trees), CLIN 0002 (Option 1) Environmental Services “ 2012 Tree Habitat Landscape Maintenance (26,000 Trees), CLIN 0003 (Option 2) Environmental Services “ 2013 Tree Habitat Landscape Maintenance (60,000 Trees), CLIN 0004 (Option 3) Environmental Services “ 2014 Tree Habitat Landscape Maintenance (60,000 Trees), CLIN 0005 (Option 4) Environmental Services “ 2015 Tree Habitat Landscape Maintenance (60,000 Trees). The work shall be performed in accordance with the attached Performance Work Statement dated 11 May 2012. The performance period is 174 weeks after the date of award. The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Naval Facilities Acquisition Supplement (NFAS) provisions and clauses apply to this acquisition: Environmental Definitions 23.001, 52.216-24, Limitations of Government Liability, Contracting for Environmentally Preferable Products and Services 23.700, 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004), 52.212-4, Contract Terms and Conditions ”Commercial Items (FEB 2012), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2012)(DEV), with additional sub-clauses applicable for this solicitation: 52.203-3, Gratuities (APR 1984), 52.204-10, Reporting Executive Compensation and first-Tier Subcontract Awards (FEB 2012), 52.217-4, Evaluation of Options Exercised At the Time of Award (JUN 1988), 52.217-7, Option for Increased Quantity ”Separately Priced Line Item (MAR 1989), 52.219-3, Notice of Total HUBZone Set-Aside (NOV 2011) (15 U.S.C. 657a), 52.219-8, Utilization of Small Business Concerns (JAN 2011), 52.219-14, Limitations on Subcontracting (NOV 2011), 52.219-28, Post Award Small Business Program Representation (APR 2009), 52.222-3, Convict Labor (JUN 2003), 52.222-19, Child Labor ”Cooperation with Authorities and Remedies (JUL 2010), 52.222-26, Equal Opportunity (MAR 2007), 52.222-35, Equal Opportunity for Veterans (SEP 2010), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010), 52.222-37, Employment Reports on Veterans (SEP 2010), 52.222-50, Combating Trafficking in Persons (FEB 2009), 52.222-54, Employment Eligibility Verification (JAN 2009), 52.225-1, Buy American Act ”Supplies (FEB 2009), 52.228-1, Bid Guarantee, 52.228-16, Performance and Payment Bonds-Other Than Construction (NOV2006), 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration (OCT 2003), 52.233-3, Protest After Award (AUG 1996), 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (FEB 2006), 52.222-41, Service Contract Act of 1965 (NOV 2007), 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.222-43, Fair Labor Standards Act and Service Contract Act (SEP 2009); 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment (SEP 2009), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of commercial Items (DEC 2010)(DEV), 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010), 252.232-7010, Levies on Contract Payments (DEC 2006), 252.243-7002, Requests for Equitable Adjustment (MAR 1998), 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010), 252.247-7023, Transportation of Supplies by Sea (MAY 2002)(ALT I), 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000), NFAS 5252.212-9300, Commercial Warranty (NOV 1998), NFAS 5252.232-9301, Invoicing Procedures Electronic (NOV 2009), 5252.223-9300, Inspection by Regulatory Agencies (JUN 1994), 5252.246-9303, Consequences of Contractor ™s Failure to Perform Required Services (OCT 2004). Offerors must maintain the minimum insurance amounts for Workman ™s Compensation and Employer Liability Insurance, General Liability Insurance, and Automobile Insurance consistent with Government of Guam law. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors “Commercial Items; 52.212-2, Evaluation “Commercial Items with paragraph (a) consisting of the following verbiage: 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: Price, Offeror Experience and Past Performance. Evaluation method: Evaluation of proposals will be based on price and non-priced criteria stated in the solicitation, with contract award to be made to the offeror submitting the lowest priced technically acceptable proposal to the Government; FAR 52.212-3, Offeror Representations and Certifications “ Commercial Items; 5252.237-9302, SITE VISIT (JUL 1995); and DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items. Offeror must include a completed copy of this provision with their proposal. Text versions of all clauses/provisions are given in full text at http://www.acquisition.gov/comp/far/index.html. Option for Increased Quantity ”Separately Priced Line Item In accordance with FAR 52.217-7, the Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 365 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Bid Guarantee To assure the execution of the contract and the performance and payment bonds, each bidder/offeror shall submit with its bid/offer a guarantee bond (Standard Form 24) executed by a surety company holding a certificate of authority from the Secretary of the Treasury as an acceptable surety, or other security as provided in FAR Clause 52.228-1, "Bid Guarantee". Security shall be in a penal sum equal to at least 20 percent of the largest amount for which award can be made under the bid submitted, but in no case to exceed $3,000,000. A copy of the agent ˜s authority to sign bonds for the surety company shall accompany the bid guarantee bond. Notice of Bonding Requirements. (a) Within ten (10) days after receipt of award, the bidder/offeror to whom the award is made shall furnish the following bond(s) each with satisfactory security: _X A Performance Bond (Standard Form 25). The performance bond shall be in a penal sum equal to 100% percent of the contract price. ____ A Payment Bond (Standard Form 25A). The payment bond shall be in a penal sum equal to 100% of the contract price. (b) Any surety company holding a certificate of authority from the Secretary of Treasury as an acceptable Surety on Federal bonds will be accepted. Individual sureties will be permitted as prescribed in FAR 28.203 and FAR 5252.228-9300. Alternative types of security in lieu of furnishing sureties on performance and/or payment bonds will be permitted as prescribed in FAR 28.204, and will be held for at least one year after the completion of the contract. Additional bond security may be required as prescribed in FAR 52.228-2. Bonds shall be accompanied by a document authenticating the agent ˜s authority to sign bonds for the surety company. (c) The contract time for purposes of fixing the completion date, default, and liquidated damages shall begin to run from the date of award, regardless of when performance and payment bonds or deposits in lieu of surety are executed. All responsible contractors are encouraged to submit an offer in response to this solicitation. Proposals must be received by this office no later than 4:30 p.m. (local time) on Monday, 18 June 2012. Offerors shall submit the proposal to the following address: For Hand Delivery: NAVAL FACILITIES ENGINEERING COMMAND MARIANAS, PEDRO LG ROBERTO DRIVE, APRA HEIGHTS, BLDG 4175 SANTA RITA, GUAM, 3rd floor, Room A315. You will need to call a Government POC upon arrival to the building to gain access. Your Government POC is Arthur J. DeWitz, Contract Specialist, and he can be reached at (671)333-3175. For Postal Delivery: NAVAL FACILITIES ENGINEERING COMMAND MARIANAS, ATTENTION: ARTHUR DEWITZ, PSC 455, BOX 195 FPO, AP 96540-2937. ELECTRONIC SUBMITTALS WILL NOT BE ACCEPTED. Offerors must submit, as part of their proposal, the following: (1) Completed Price Proposal/Schedule (2) Completed copies of FAR 52.212-3, as well as DFARS 252.212-7000 or Online Representations and Certifications Application (ORCA) record. ORCA is located at https://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://farsite.hill.af.mil and DFARS website: http://farsite.hill.af.mil/vfdfara.htm (3) Bid Bond (Standard Form 24) (4) Exhibit 1, Completed Offeror Experience Project Data Sheet (no more than 3 projects; maximum of 10 pages) (4) Exhibit 2, Past Performance Questionnaire (no more than 3 projects). BASIS OF EVALUATION 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 non-price factors considered. Evaluation of proposals will be based on price and non-price factors, with contract award to be made to the offeror submitting the lowest priced technically acceptable proposal to the Government. The factors of Offeror Experience and Past Performance are of equal weight and when combined, are significantly less important than price. EVALUATION FACTORS FOR AWARD The solicitation requires the evaluation of price and the following non-price factors: Factor 1 - Offeror Experience Factor 2 - Past Performance The distinction between experience and past performance is experience pertains to the types of work and volume of work completed by a contractor that are comparable to the types of work covered by this requirement, in terms of size, scope, and complexity. Past performance relates to how well a contractor has performed. PRICE EVALUATION The Government will evaluate total price for the basic requirement together with any option(s) exercised at the time of award in accordance with FAR 52.217-4 Evaluation of Options Exercised at Time of Contract Award. Analysis will be performed by the following techniques to ensure a fair and reasonable price: (1) Comparison of the proposed prices received in response to the solicitation; and (2) Comparison of proposed prices with the Independent Government Estimate. Unrealistically low (or high) proposed prices, initially or subsequently, may be grounds for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement, or has made an unrealistic proposal. FACTOR 1, OFFEROR EXPERIENCE: Solicitation Submittal Requirements: The Offeror shall submit the following with their proposal: 1)Submit recent and relevant project experience similar in scope, dollar value, and complexity to the work in the RFP. Use the format in Exhibit 1 (Offeror Experience Project Data Sheet) to submit projects for evaluation under experience. Do not exceed ten (10) pages total for this factor. i.Submit a maximum of three (3) projects for the Offeror. ii.Submit projects completed within a five-year period. The five-year period is calculated by counting back five years from the date set for the receipt of proposals in the RFP. 2)All projects submitted which are outside the five-year period or above the maximum number allowed for consideration will be removed and discarded prior to evaluation. All projects submitted which are not relevant in scope will be removed and discarded prior to evaluation. Offerors who submit relevant projects for a subsidiary, satellite office, parent company, or predecessor company must fully explain how this office will participate in this contract. If it is not clear how this office will participate in this contract, the project will be removed and discarded prior to evaluation. Basis of Evaluation: The Offeror ™s experience will be evaluated based upon demonstrated experience similar in scope, dollar value, and complexity to the work in the RFP. FACTOR 2, PAST PERFORMANCE: Solicitation Submittal Requirements: The Offeror shall submit the following with their proposal: 1)The Past Performance Questionnaire included as Exhibit 2 is provided for the offeror or its team members to submit to the client for each project the offeror includes in its proposal for Offeror Experience similar in size and scope to the project. Ensure correct phone numbers and email addresses are provided for the client point of contact. 2)The Offeror is responsible for obtaining completed Past Performance Questionnaires to be submitted with their proposal. Offerors shall not incorporate by reference previously submitted Past Performance Questionnaires for other RFPs; however, this does not preclude the Government from utilizing previously submitted Past Performance Questionnaire information in the past performance evaluation. i.Submit a maximum of three (3) projects for the Offeror. ii.Submit a narrative, not to exceed two (2) pages, of any terminations for default received and the reason for the termination (if applicable). 3)If you are submitting a project that your firm performed as a subcontractor, the prime contractor may be cited as the client POC. Basis of Evaluation: The Offeror ™s past performance will be evaluated based upon client satisfaction on recent relevant projects within the last five (5) years. Client satisfaction will be measured based upon quality of work, effectiveness of management, timely completion of work, and compliance with safety standards. Additionally, the Offeror ™s contract history must demonstrate relevant knowledge in terms of landscape practices and tree planting, working with tropical terrestrial flora, and general knowledge of all safety and environmental requirements associated with the work they perform. Further, as an integral part of client satisfaction, the Offeror ™s termination for default history and safety record will also be evaluated. The Government ™s sources of information for evaluating past performance may include, but are not limited to, any and all information provided by the contractor, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror ™s proposal, inquiries of owner representative(s), and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. NOTE: No rating will be assigned if the offeror has no record of relevant past performance or information on past performance is not available. The rating is considered neither favorable nor unfavorable. DEFINITION OF ACCEPTABILITY:: ACCEPTABLE: Proposal clearly meets the minimum requirements of the solicitation. The offeror ™s experience and past performance meet or exceed performance and capability standards for the project. The proposal may have weaknesses, but contains no deficiencies. UNACCEPTABLE: Proposal clearly does not meet minimum requirements of the solicitation. The offeror ™s experience and past performance do not meet performance and capability standards for the project. The proposal contains deficiencies resulting in increased risk of unsuccessful contract performance. Request for Information (RFI) can be submitted via email to arthur.dewitz@fe.navy.mil no later than 1630 on Friday, 8 June 2012. The site will be available for visitation on Thursday, 07 June 2012 at 0900. Offerors are required to meet at the Cetti Bay Overlook, located off of Route 1. To be eligible to receive an award resulting from this solicitation, offerors are required to provide their Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their proposal. Offerors must (No exceptions) be registered in the DoD Central Contractor Registration (CCR) database. To register, you may apply through the Internet at https://www.bpn.gov/ccr/default.aspx. This acquisition is unrated in accordance with the Defense Priorities and Allocations System. Further information regarding this solicitation may be directed to the point of contact identified above or E-mailed to arthur.dewitz@fe.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019212R5004/listing.html)
 
Place of Performance
Address: NAVFAC MARIANAS PSC 455, BOX 195 FPO AP, Santa Rita, Guam
Zip Code: 96915
 
Record
SN02753077-W 20120520/120519001255-90aecb491b5d97ed2b155db80f8f8323 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.