Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2015 FBO #4885
SOLICITATION NOTICE

S -- Mark Twain National Forest Ava Office Lawn Maintenance - Attachments

Notice Date
4/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin - Mark Twain NF, 401 Fairgrounds Road, Rolla, Missouri, 65401, United States
 
ZIP Code
65401
 
Solicitation Number
AG-64R4-S-15-0012JS
 
Point of Contact
John Swizdor, Phone: 573.341.7407, Jess Register, Phone: 417-683-4428
 
E-Mail Address
jvswizdor@fs.fed.us, jregister@fs.fed.us
(jvswizdor@fs.fed.us, jregister@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
AGAR Representations Schedule of Items, Mowing Specifications, and Wage Determination (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is AG-64R4-S-15-0012. This solicitation is issued as a request for quotations (RFQ) for a Firm Fixed Price contract. Simplified Acquisition Procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. The Government intends to make one contract award. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulations (AGAR) can be accessed at http://www.acquisition.gov/ and http://www.usda.gov/procurement/policy/agar.html (iv) This is a total small-business set-aside. The associated NAICS code is 561730 and the small business size standard is $7.5M. (v) Contract line items: 001: Per job, provide lawn mowing and trimming services (vi) Description of requirements for the items to be acquired: Firm-fixed price, non-personal services. Contractor shall furnish all labor, equipment, supervision, transportation, quality control and incidentals other than the items specified as Government-furnished, to perform all necessary trimming and mowing at the Ava Ranger District Office as described in the attached Mowing Specifications. SEE ATTACHED MOWING SPECIFICATIONS (vii) The period of performance for this project is from date of award through December 31, 2015 for the base year. The resulting contract will have 4 additional option years. Place of performance mailing address: USDA-FOREST SERVICE Mark Twain National Forest Ava Ranger District RR6 Box 614110 Ava, MO 65608-9695 Contact Jess Register at 417-683-4428 for physical address/directions A pre-proposal conference will not be available. Interested parties should contact Jess Register for a site visit. Option years are contingent upon the availability of government funds. It is the government's unilateral right to exercise option periods. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) Provision at 52.212-2, Evaluation -- Commercial Items is not applicable to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest fair and REASONABLE price. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (attachment available in uploaded document package), with its quote. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) online at www.sam.gov. If an offeror has NOT completed the annual representations and certifications electronically at the online, the offeror shall complete only paragraphs (c) through (o) of this provision. SAM replaces CCR/FedReg, ORCA, and EPLS. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representations (Dec 2014) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) Also applicable to acquisitions of commercial items: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-6, Notice of Total Small Business Aside (Nov 2011) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) 52.222-3, Convict Labor (June 2003) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-41, Service Contract Labor Standards (May 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 11210 - Laborer, Grounds Maintenance 16.71 - 22.77 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (xiii) Additional contract requirement(s) or terms and conditions: All responsible sources may submit a response which, if timely received, must be considered by the agency. Vendors must be registered in Systems for Award Management prior to receiving a government contract (formerly Central Contractors Registration or CCR). See www.sam.gov for details - this may take up to 2 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award. ****THERE IS NO COST TO REGISTER @ WWW.SAM.GOV**** REQUIRED INVOICE INFORMATION - In accordance with USDA/USFS policy, contractors are required to submit invoices through the Invoice Processing Platform (IPP). IPP is a Web-based system that provides one integrated, secure system to simplify the management of vendor invoices and is available at no charge to vendors. The system may be accessed at www.ipp.gov. Current Department of Labor Wage Determination applicable to this requirement is: WD 05-2311 (Rev.-16) dated 12/22/2014. If a DOL WD changes prior to award, the newest wage determination will be utilized. The following additional FAR provisions and/or clauses in their most current version are applicable to the acquisition: 52.204-7 System for Award Management. (JUL 2013) 52.204-13 System for Award Management Maintenance. (JUL 2013) 52.217-5 -- Evaluation of Options (JUL 1990) 52.217-8 -- Option to Extend Services (NOV 1999) 52.217-9 -- Option to Extend the Term of the Contract (MAR 2000) 52.222-43 -- Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.223-1 -- Biobased Product Certification (MAY 2012) 52.223-2 -- Affirmative Procurement of Biobased Products Under Service And Construction Contracts (SEP 2013) 52.223-5 Pollution Prevention and Right-to-Know Information. (MAY 2011) 52.223-6 Drug-Free Workplace. (MAY 2001) 52.232-1 Payments. (APR 1984) 52.232-8 Discounts for Prompt Payment. (FEB 2002) 52.232-11 Extras. (APR 1984) 52.232-18 Availability of Funds. (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.237-1 -- Site Visit (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. (APR 1984) 52.246-4 Inspection of Services - Fixed-Price. (AUG 1996) 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) http://www.acquisition.gov/ and http://www.usda.gov/procurement/policy/agar.html 52.252-2 Clauses Incorporated by Reference. (FEB 1998) http://www.acquisition.gov/ and http://www.usda.gov/procurement/policy/agar.html The following Agriculture Acquisition Regulations (AGAR) clauses and provisions in their most current version are applicable to this acquisition: 452.204-70 Inquiries. (FEB 1988) 452.211-72 Statement of Work/Specifications. (FEB 1988) 452.211-73 Attachments to Statements of Work/Specifications. (FEB 1988) 452.211-74 Period of Performance. (FEB 1988) Date of Award - December 2015 (base), Calendar Year 2016 (option 1), Calendar Year 2017 (option 2), Calendar Year 2018 (option 3), Calendar Year 2019 (option 4) 452.211-75 Effective Period of the Contract. (FEB 1988) The effective period of this contract is from the date of award (basic award) through the end of the calendar year (December 31) after award. Option years are effective in one year increments after basic award dates, not to exceed four (4) option years. 452.215-73 Postaward Conference. (NOV 1996) The conference will be held at: within 30 days, location: As directed by Contracting Officer's Representative. 452.219-70 Size Standard and NAICS Code Information. (SEP 2001) Contract line item(s): ALL - NAICS Code 561730 - Size Standard $7.5 Million 452.236-74 Control of Erosion, Sedimentation, and Pollution. (NOV 1996) 452.246-70 Inspection and Acceptance. (FEB 1988) Inspection and acceptance will be performed at: Ava Ranger District Office To be completed and submitted with quote (attachment available in uploaded document package): 452.209-70 Alt I Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction 452.209-71 Alt I Assurance Regarding Felony Conviction Or Tax Delinquent Status For Corporate Applicants Alternate 1 (xiv) N/A. (xv) INFORMATION REQUIRED IN QUOTE:  Schedule of Items Price Sheet  Completed 52.212-3  Completed 452.209-70 Alt I and 452.209-71 Alt I The date, time, and place quotes are due: Quotes are due May 1, 2015, not later than 4 p.m. Central time. Email to jvswizdor@fs.fed.us. Faxed quotes are not acceptable (xvi) ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to John Swizdor (jvswizdor@fs.fed.us). Questions and answers will be posted to FBO so please check back often as it is the contractor's responsibility to remain up to date on all available Q&A's as well as any potential resulting modifications. All questions must be received NLT three (3) days prior to solicitation close date, otherwise the government is under no obligation to review and/or address the questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9f43654783b6dd8672e90c86106d04cb)
 
Place of Performance
Address: 1103 South Jefferson, Ava, Missouri, 65608, United States
Zip Code: 65608
 
Record
SN03693020-W 20150410/150408234750-9f43654783b6dd8672e90c86106d04cb (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.