Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2018 FBO #5949
SOLICITATION NOTICE

S -- YTC NOXIOUS WEED CONTROL - (Draft)

Notice Date
3/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW18Q0029
 
Archive Date
4/4/2018
 
Point of Contact
Charles Boswell, Phone: 206-316-4381, Curt Stepp, Phone: 206-764-6805
 
E-Mail Address
charles.boswell@usace.army.mil, curt.stepp@usace.army.mil
(charles.boswell@usace.army.mil, curt.stepp@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation 1449 SERVICE CONTRACT WAGE DETERMINATION TEXT OF COMBINED SYNOPSIS/SOLICITATION PERFORMANCE WORK STATEMENT SYNOPSIS: 1. This is a Combined Synopsis/Solicitation for commercial service items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Solicitation No. W912DW18Q0029 is being issued as a Request For Quote (RFQ) with the intent to award as commercial acquisition. This procurement is 100% Service Disabled Veteran Owned Small Business Set-aside. The proposed work to be performed under the following North American Industry Classification (NAICS) code: 115112 -- Soil Preparation, Planting, and Cultivating, with a size standard of $7.5M. The U.S. Army Corps of Engineers (USACE), Seattle District (NWS) has need for Noxious Weed Control services in accordance with the Performance Work Statement (PWS). The U.S. Army Corps of Engineers, Seattle District (NWS) is soliciting a 100% Set Aside for Service Disabled Veteran Owned Small Business and awarding one (1) purchase order. 2. Overview of Project: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the Range Area Noxious Weed Control tasks contained in this Performance Work Statement (PWS), except as noted at Part 3 (Government Furnished Material and Equipment). The Contractor shall perform to the standards in the PWS. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. To be eligible for contract award, a firm must be registered in the US Government System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov Joint ventures must have its own CAGE code and be registered in SAM as a joint venture. 3. Description of Project: Location of the work to be performed shall be within Joint Base Lewis McChord (JBLM) Yakima Training Center (YTC) of Washington State. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Range Area Noxious Weed Control. 4. Instructions, Conditions and Notices to Offeror a. SITE VISIT INFORMATION An organized site visit has been scheduled for: Tuesday, 13 MARCH 2018, at 10:00 am (local time). Participants will meet at the Yakima Training Center. Specific directions will be provided upon site visit registration. The tour will require approximately three (3) hour. It will consist of viewing various Task locations in accordance with the performance work statement. Cameras are permitted. Study boots are recommended. Contractors are responsible to bring their own transportation to the site locations. YTC has rocky terrain in areas that will be visited on the tour. A four wheel drive truck is recommended with sturdy tires. All participants will be required to sign an attendance list. The Government will not be providing lunch. The purpose of the site visit is to familiarize Offerors with the performance work statement and provide an opportunity to become familiar with the existing site conditions. It is the intent of the Government that all prospective Offerors visit the worksite for the purpose of acquainting themselves with local conditions. Questions will be addressed at the site visit by USACE. Attendance at the site visit is strongly recommended. b. POINT OF CONTACT FOR THE SITE VISIT i. Pete Nissen, YTC Natural Resources Program Manager Email: Peter.E.Nissen.civ@mail.mil / Office phone: 509-577-3500 ii. Please cc: Ember Korver, USACE Project Manager at ember.e.korver@usace.army.mil in the attendance email. iii. Confirm Site Visit attendance by 4:00 PM, 9 MARCH 2018 via email to Mr. Nissen and Ms. Korver at the email addresses indicated above and included the "JBLM-YTC Training Center Access Roster", with all highlighted sections completed. Requests for attendance received after the above noted date and time may not be accepted. Due to limited field staff, this scheduled site visit will be the only one offered. Individual requests for site visits will not be granted. Offerors are urged and expected to visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which may affect the work or the cost thereof. Failure to do so shall not relieve Offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government shall assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request for Quote, the specifications, or related documents. 5. Responses will be accepted via Email or Hard Copy. Offerors shall respond to this Solicitation no later than 20 March 2018, 14:00 Pacific Standard Time (PST). All interested contractors must be registered in SAM to be eligible for award of Government contracts. 6. Email responses to: Charles Boswell, Contract Specialist, CENWS-CT-A, Seattle District, Email address: charles.m.boswell@usace.army.mil. Email is the preferred method when receiving responses to this solicitation. For mailed or hand-delivered responses, see instructions below: Marking of Quote Envelopes: Envelopes shall be plainly marked as follows: Quote for: JBLM YTC NOXIOUS WEED CONTROL SERVICES JOINT BASE LEWIS-MCCHORD (JBLM), YTC, WASHINGTON Request for Quote No.: W912DW18Q0029 Closing Date and Time: 20 MARCH 2018, 02:00 PM., Pacific Time AMENDMENTS NUMBERED________HAVE BEEN RECEIVED Hand carried quote submittal procedures have changed. When dropping off all hand carried proposals, the official delivery location is now the guard station in the main foyer of Federal Center South, located at 4735 E. Marginal Way South where the official time clock is also located. Notify the guard on duty that you have a quote for Contracting Division. The point of contact will be notified and a representative from Contracting Division will sign in your package(s) and transport them to Contracting Division. Please allow sufficient time for these procedures when submitting hand carried quotes. All other quote submittal procedures remain the same. 7. Award shall be made to the responsive, responsible, most capable offeror with the overall lowest price. Offerors response to this Solicitation limited to 20 pages and shall include the following information: (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 20 page limitation) a. Completed SF1449 with firm fixed price and signature, Offerors name, addresses, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. The contractor is required to provide the following information with the quote: Federal Taxpayer's ID Number, DUNS Number, Cage Code Number, This requires registration in SAM, web site for registration is www.sam.gov, Remit to Address, Company Name, Address, City/State/Zip, Phone & Fax Numbers, Point of Contact, E-Mail Address. b. Offerors capability to meet project requirements as follows. All contractor personnel mixing, handling or applying pesticides under this requirement must meet the requirements provided in Factor A and Factor B described below to be considered acceptable. The Offeror will be evaluated as acceptable if the majority of the contractor personnel are rated as acceptable. Example, if three contractor personnel are submitted and two are rated as acceptable but one is rated as unacceptable, the Offeror will maintain the rating of acceptable. However, if two of the three contractor personnel are evaluated as unacceptable, the Offeror will be rated as unacceptable. i. FACTOR A: All contractor personnel mixing, handling or applying pesticides must have a valid Washington State Department of Agriculture (WSDA) Commercial Applicator or Commercial Operator Pesticide Applicators License as defined by WSDA. The Offeror shall provide the full name and a copy of each individual's Commercial Applicator or Commercial Operator pesticide license as printed from the WSDA Pesticide License Search page (https://agr.wa.gov/PestFert/LicensingEd/Search/) that shall demonstrate the license type, status, expiration date, and recertification cycle for all personnel who will mix, handle, or apply pesticides under this requirement. If an individual does not have a valid WSDA Commercial Applicator or Commercial Operator pesticide license, the Offeror will be evaluated as not acceptable. The following information shall be completed for each individual who will mix, handle or apply pesticides under this requirement. Offeror Company Name: _________________________________________________ Individual Name: _______________________________________________________ License Type: __________________________________________________________ Status: _______________________________________________________________ Expires: ______________________________________________________________ Recertification Cycle: ____________________________________________________ Copy of WSDA License: __________________________________________________ ii. FACTOR B: All contractor personnel who apply pesticides on JBLM YTC shall have minimum 1 reference of work experience with identification and control of Columbia Basin weeds. The Offeror shall submit a brief summary of work history such as a resume, which specifies locations, start and stop dates, and the executed scope of work to demonstrate identification and control of Columbia Basin weeds for each individual who will apply pesticides on, or near, JBLM YTC. For the scope of this requirement the Columbia Basin shall be defined as within the U.S. states; areas located east of the Cascade Mountains and west of the Rocky Mountains in the states of Idaho, Oregon, and Washington, the western part of Montana. The following form shall be completed for each individual who will mix, handle or apply pesticides under this requirement. Offeror Company Name: _________________________________________________ Individual Name: _______________________________________________________ Resume Provided : ______________________________________________________ 8. PROSPECTIVE OFFERORS: Contractors are required to be registered in the System for Awards Management (SAM) for consideration of solicitations, awards and payment. Registration is required prior to award of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement from a solicitation. LACK OF REGISTRATION IN THE SAM DATABASE WILL MAKE AN OFFER INELIGIBLE FOR AWARD. The web site may be accessed at www.sam.gov. 9. The contractor is required to provide the following information with the quote: Federal Taxpayer's ID Number: DUNS Number: Cage Code Number This requires registration in SAM, web site for registration is www.sam.gov. Remit to Address: Company Name: Address: City/State/Zip: Phone & Fax Numbers: Point of Contact: E-Mail Address: The offeror must provide pricing for all items in the solicitation for its quote to be acceptable to the Government. All quoted items must meet the requirements of the Request for Quote (RFQ) including specifications stated in all attachments. Multiple quotes are not accepted for this RFQ. If multiple quotes are received only one quote (as determined by the Contracting Officer) will be evaluated by the Government. The quote shall be determined acceptable based on the date and time received. The contractor should list any special features or warranty information applicable to the quoted product(s). 10. Point of Contact(s): a. Technical POC: Ember E Korver, e-mail: Ember.E.Korver@usace.army.mil b. Contracting POC: Charles Boswell, e-mail: charles.m.boswell@usace.army.mil c. Secondary Contracting POC: Curt Stepp, e-mail: curt.stepp@usace.army.mil ANNOUNCEMENT TO OFFERORS Due to recent national events Seattle District US Army Corps of Engineers shall be conducting business under heightened security for the foreseeable future. Access to Federal Center South, 4735 E Marginal Way S, Building 1202, Seattle, WA 98124 will be through the front lobby only. The building is under Federal Protective Service, which means that persons entering the facility are subject to inspection; including purses, packages, etc. All deliveries shall be thoroughly inspected. In addition, visitors may be required to be escorted by Corps personnel while in the building. For any questions please contact the Contract Specialist assigned to your project or check our website at www.nws.usace.army.mil for up-to-date information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW18Q0029/listing.html)
 
Place of Performance
Address: Yakima Training Center, Yakima Washington, Yakima, Washington, 98901, United States
Zip Code: 98901
 
Record
SN04843956-W 20180308/180306230947-c241fa8c571f34989dd00aa32365010e (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.