SOLICITATION NOTICE
S -- Grounds Maintenance Services - W91SMC-16-T-0006
- Notice Date
- 3/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Army, National Guard Bureau, 182 AW/LGC, BASE CONTRACTING OFFICE, 2418 S. MUSTANG ST, BLDG 728, PEORIA, Illinois, 61607-1498
- ZIP Code
- 61607-1498
- Solicitation Number
- W91SMC-16-T-0006
- Archive Date
- 5/3/2016
- Point of Contact
- Benjamin B. Yeutson, Phone: 3096335707, Melissa J. Grice, Phone: 3096335204
- E-Mail Address
-
benjamin.b.yeutson.mil@mail.mil, melissa.j.grice.mil@mail.mil
(benjamin.b.yeutson.mil@mail.mil, melissa.j.grice.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Grounds Maintenance Services, Turf Fertilization, and Weed Control Applications for the 182nd Airlift Wing, Peoria, IL. (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; offers are being requested and a written solicitation will not be issued. (ii) This solicitation, W91SMC-16-T-0006 is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87-1, effective 16 March 2016. (iv) This procurement is set aside 100% for small business. The associated North American Industry Classification System (NAICS) code is 561730 and the small business size standard is $7.5 million. (v) Commercial Item Descriptions: The contractor is to provide all personnel, management, tools, equipment, materials, supplies, transportation, labor, and supervision necessary to accomplish the Grounds Maintenance Services and Lawn Fertlizer/ Weed Control in accordance with the Performance Work Statement (PWS) dated 06 March 2016. (vi) The vendor will provide Grounds Maintenance Services at the 182 Airlift Wing at 2416 S. Falcon Blvd, Peoria, IL, 61607. Contractor is required to provide non-personal services, to include all personnel, equipment, tools, management, supervision, transportation, quality control, and other items and services necessary to ensure that mowing and trimming of approximately 24 acres is performed at the 182d Airlift Wing for the Peoria Air National Guard in a manner that will promote the growth of healthy grass, trees, shrubs, and plants and present a clean, neat, and professional appearance; provide two (2) optional turf fertilization/ weed control services. A primary and alternate Services POC will be identified upon contract award. The Government intends to award a single Firm Fixed Price contract to the offeror who offers the best value to the Government. Best value considerations will be based on Performance Price Tradeoff (PPT). The Government will evaluate all submitted responses in accordance with the submissions and evaluation criteria described herein as part of a Combined Synopsis/ Solicitation Process. The purpose of this description is to establish a uniform submission and evaluation procedure for the technical evaluation of responses by the Government and the development of a Best Value Decision. In as much, the submittal shall describe the capability of the Offeror to perform the requirements and be specific and complete. The offer should be prepared simply and economically, providing a straightforward and concise description of capabilities to satisfactorily perform all requirements. The offer should be practical, legible, clear, and coherent. The Contracting Officer will award a contract to the responsible Offeror whose submittals conforms to the solicitation/synopsis and offers the best overall value to the Government. The Government will not award a contract to an Offeror whose submittal does not adhere to submission requirements. The contract award will be for one base year and two option years. (vii) The services will be provided at 2416 S. Falcon Blvd, Peoria, IL 61607 following a notice to proceed with Grounds Maintenance Services issued each year on or about 1 April 2016, except for the first year in which the contractor will be able to start immediately upon award and successful completion of all 182AW Security Questionnaires. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. Basis for award is trade-off. The Government intends to make a single firm-fixed price award. The following commercial item is requested in this solicitation: Submission Requirements: Vendors shall submit their Response to the Request for Quote in three volumes entitled Volume I - Company Name Past Performance Package, Volume II - Company Name Technical Capability Package, Volume III - Company Name Price Package. Vendors must submit the Organizational Conflict of Interest Plan (if applicable) and State of Illinois Commercial Operator/ Applicator Licensure. A successful Offeror will address all items within the addenda of this provision. (x) A successful offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision. (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. All additional FAR clauses cited in the clause are applicable to the acquisition. (xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. (xv) A site visit will be conducted on 24 March 2016 at 1300. All questions will be posted as an amendment to this solicitation on or about 12 April 2016. Questions will not be accepted after that point in time. Offers are due at 12:00 PM on Monday, 18 April 2016, at 182AW/MSC, ATTN: MSgt Benjamin B. Yeutson, 2416 S. Falcon Blvd, Peoria, IL 61607-5023. Offers may be submitted by mail or e-mailed to benjamin.b.yeutson.mil@mail.mil, or FAX to (309) 633-5539. Questions regarding this solicitation may be emailed to the point of contact above. (xvi) Information regarding the solicitation may be directed to the point of contact noted above. The following provisions are incorporated into this solicitation by reference: FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.237-1, Site Visit DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.225-7031, Secondary Arab Boycott of Israel The following clauses are incorporated into this solicitation by reference: FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 225.225-7001, Buy American and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses. FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3 ALT 1, Offeror Representations and Certifications - Commercial Items DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate (Offerors shall include completed copies of the certifications within the following provisions with their offer.) FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016 Appropriations The following clauses are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.219-28, Post-award Small Business Program Rerepresentation FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-2/W91SMC-16-T-0006/listing.html)
- Place of Performance
- Address: 2416 S. Falcon Blvd, Peoria, Illinois, 61607, United States
- Zip Code: 61607
- Zip Code: 61607
- Record
- SN04054024-W 20160319/160317235142-090d78d6aba8ea9937620d2c8e991fd8 (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 |