Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2016 FBO #5480
SOLICITATION NOTICE

S -- 187th FW Ground Maintenance - SOW

Notice Date
11/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, National Guard Bureau, 187 FW/LGC, 5187 SELMA HIGHWAY, MONTGOMERY, Alabama, 36108-4824
 
ZIP Code
36108-4824
 
Solicitation Number
F6L31D6310AW01
 
Archive Date
1/6/2017
 
Point of Contact
Stephen A. Shanks, Phone: 3343947530, Kathryn P. Graham, Phone: 3343947531
 
E-Mail Address
stephen.a.shanks2.mil@mail.mil, kathryn.p.graham.mil@mail.mil
(stephen.a.shanks2.mil@mail.mil, kathryn.p.graham.mil@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SOW 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. ** Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. ** (1) SET ASIDE: This solicitation is 100% set aside Service Disabled Veteran Owned Small Business (SDVOSB); the associated NAICS code is 561730. The small business size standard is $7.5M averaged over the last three years. Size standards will be verified prior to making award by the Contracting Officer. (2) GENERAL: The purpose of this solicitation is for ground maintenance at the 187th Fighter Wing, 232 nd Combat Communications Squadron and the 226 th Combat Communications Group located in Montgomery, Alabama in accordance with the attached Statement of Work (SOW). (3) EVALUATION AND AWARD: In accordance with the FAR 13.106-1(a)(2): offerors are notified that award will be made to the lowest priced offer that meets the minimum requirement or presents the best value to the government. Offerors shall provide, with their offer, the contact information for two references, whom you have provided services that are most comparable to the kind and size being requested in this solicitation. The offer shall provide all required licenses and insurance information. Failure to provide all required information shall cause the offer to be deemed non-responsive. Offers will be evaluated in accordance with FAR 13.106-2(b). In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show 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. The Government intends to award a Firm Fixed Priced contract as a result of this solicitation. (4) STATEMENT OF WORK: Reference the attached statement of work titled Grounds Maintenance. (5) PRICE SCHEDULE: BASE CLIN 0001: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Lawn cutting, edging, trimming and clean-up. SOW, Section 2(A)-2(G) and Section 2(K). Per Cutting (based on 20 Cuttings): Per Cut_________ Total _________ CLIN 0002: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Bush hogging. SOW, Section 2(H). Per Month (Based on 8 Cuttings): Per Cut_________ Total _________ CLIN 0003: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Weed Control. SOW, Section 2(I) -2(J). Per Quarter Per Quarter_________ Total _________ Total Base Year: _________________________ OPTION 1 CLIN 1001: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Lawn cutting, edging, trimming and clean-up. SOW, Section 2(A)-2(G) and Section 2(K). Per Cutting (based on 20 Cuttings): Per Cut_________ Total _________ CLIN 1002: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Bush hogging. SOW, Section 2(H). Per Month (Based on 8 Cuttings): Per Cut_________ Total _________ CLIN 1003: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Weed Control. SOW, Section 2(I) -2(J). Per Quarter Per Quarter_________ Total _________ Total Option 1: _________________________ OPTION 2 CLIN 2001: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Lawn cutting, edging, trimming and clean-up. SOW, Section 2(A)-2(G) and Section 2(K). Per Cutting (based on 20 Cuttings): Per Cut_________ Total _________ CLIN 2002: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Bush hogging. SOW, Section 2(H). Per Month (Based on 8 Cuttings): Per Cut_________ Total _________ CLIN 2003: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Weed Control. SOW, Section 2(I) -2(J). Per Quarter Per Quarter_________ Total _________ Total Option 2: _________________________ OPTION 3 CLIN 3001: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Lawn cutting, edging, trimming and clean-up. SOW, Section 2(A)-2(G) and Section 2(K). Per Cutting (based on 20 Cuttings): Per Cut_________ Total _________ CLIN 3002: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Bush hogging. SOW, Section 2(H). Per Month (Based on 8 Cuttings): Per Cut_________ Total _________ CLIN 3003: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Weed Control. SOW, Section 2(I) -2(J). Per Quarter Per Quarter_________ Total _________ Total Option 3: _________________________ OPTION 4 CLIN 4001: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Lawn cutting, edging, trimming and clean-up. SOW, Section 2(A)-2(G) and Section 2(K). Per Cutting (based on 20 Cuttings): Per Cut_________ Total _________ CLIN 4002: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Bush hogging. SOW, Section 2(H). Per Month (Based on 8 Cuttings): Per Cut_________ Total _________ CLIN 4003: 187th Fighter Wing, 232nd CBCS, and 226th CBCG: Weed Control. SOW, Section 2(I) -2(J). Per Quarter Per Quarter_________ Total _________ Total Option 4: _________________________ (6) TO PROPOSE: Firms shall provide the following: Unit amount and a total sum for each CLIN and total for the Base and each Option period. (7) SITE VISIT: Location: 187 Fighter Wing Civil Engineering Building. 5187 Selma Highway Montgomery, AL 36108-4824 A site visit is scheduled 1 December 2016, 09:00 AM Central Standard Time. Interested firms shall email the following information: Name, Driver's License with State of Issue, to TSgt. Kathryn Graham (kathryn.p.graham.mil@mail.mil) no later than 1:00 PM CST 30 November 2016. Upon arrival, present a Valid Driver's License, Proof of Insurance, and Vehicle Registration. Per Federal Acquisition Regulation Clause 52.237-1 - Site Visit: Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after award. (8) PROPOSAL DUE DATE: Proposals shall be sent via e-mail to MSgt. Stephen Shanks at Stephen.a.shanks2.mil@mail.mil and received no later than 4:00 PM Central Standard Time on 22 December 2016. Late proposals will not be accepted. Proposed pricing shall be valid for 30 calendar days. (9) REQUESTS FOR INFORMATION: Requests for information (RFI's) shall be e-mailed to the Contracting Officer, MSgt. Shanks ( Stephen.a.shanks2.mil@mail.mil ) and TSgt. Graham (kathryn.p.graham.mil@mail.mil) within 3 business days of the solicitation close date. (10) WAGE DETERMINATION: Service Contract Act wages apply to this acquisition. Wage Determination Number 2015-2011, Revision number 2, Date of revision 07/29/2016. (11) SCHEDULE: The contractor will not be allowed to work on the base on Mondays without approval of Base Civil Engineering Office. The contract performance period for these services will be from contract award until 31 December 2017. The successful offeror shall be required to submit a schedule of work to allow for the 187 th Base Civil Engineering Office to coordinate appropriately with facility managers and users. (12) SAM registration / WIDE AREA WORK FLOW: The Government requires that all contractors doing business with this office be registered with www.SAM.gov. No award can be made to a company not registered in www.SAM.gov. For additional information and to register in SAM, please access the following web site: https://www.sam.gov. In order to register all firms must have a Dunn & Bradstreet number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505. Contractors should submit their Certification and Representations using the online Representations and Certifications (ORCA) at https://orca.bpn.gov. The successful offeror shall be able to invoice electronically using the process available at Wide Area Workflow at https://wawf.eb.mil. Alternate payment methods are not authorized. (13) PROVISIONS/CLAUSES: The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference. Clauses may not be in sequential order. 52.203-3 Gratuities 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 52.203-11 Certification and Disclosure Regarding Payments 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.409-4 Personal Identity Verification of Contractor Personnel. 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors 52.212-1 Instructions to Offerors-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.217-5 Evaluation of Options 52.219-8 (Dev) Utilization of Small Business Concerns 52.222-3 Convict Labor 52.222-17 Nondisplacement of Qualified Workers 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Act of 1965 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment 52.222-50 Combating Trafficking in Persons 52.222-55 Establishing Minimum Wage for Contractors 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration 52.232-39 Unenforceability of Unauthorized Obligations 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.242-13 Bankruptcy 52.249-4 Termination for Convenience of the Government (Services) (Short Form) 52.253-1 Computer Generated Forms 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government 252.209-7992 Federal Tax Liability 252.209-7999 (Dev) Rep by Corporations Regarding Unpaid Delinquent Tax or a Felony Conviction 252.203-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing of Contract Modifications 52.252-2 Clauses Incorporated by Reference: This contract incorporates one or more Clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ (14) POC: Point of Contact for this acquisition: MSgt. Stephen Shanks 187 th Fighter Wing Base Contracting Office. Phone: 334-394-7530 Email: Stephen.a.shanks2.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01-1/F6L31D6310AW01/listing.html)
 
Place of Performance
Address: 187FW, 5187 Selma Highway, Montgomery, Alabama, 36108, United States
Zip Code: 36108
 
Record
SN04334216-W 20161124/161122234402-d5cb2640b68608a152fcc7c7ad08e7ff (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.