Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2018 FBO #5966
MODIFICATION

F -- CHEROKEE_TREE REMOVAL_FORESTRY_FIRE COMP

Notice Date
3/23/2018
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
BIA ERO 00015 545 MARRIOTT DRIVE SUITE 700 Contracting Office Nashville TN 37214 US
 
ZIP Code
00000
 
Solicitation Number
140A1518Q0011
 
Response Due
3/30/2018
 
Archive Date
4/14/2018
 
Point of Contact
Warcewicz, Ashley
 
Small Business Set-Aside
Total Small Business
 
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 Bureau of Indian Affairs (BIA) Cherokee Agency Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ) for 11 trees to be removed on the grounds of the Forestry/Fire compound at 32 Drowning Bear Street, Cherokee, NC, 28719. The contractor must be licensed and insured. THIS SOLICITATION IS A TOTAL SMALL BUSINESS SET-ASIDE The solicitation number for this procurement is 140A1518Q0011 and is issued as a Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAR FAC 2005-97 January 24, 2018. The associated North American Industry Classification System code (NAICS) is 561730 and the product service code is F014. PRICE SCHEDULE: the proposed pricing must be all inclusive plus all other costs pertinent to the performance of the contract. This is a RFQ for: Removal of 11 trees LINE ITEM 0010 11 trees to be removed on the grounds of the Forestry/Fire compound at 32 Drowning Bear Street, Cherokee, NC, 28719. Statement of Work Scope: The Bureau of Indian Affairs (BIA), Cherokee Agency, has a requirement to remove 11, large white pine trees located at 32 Drowning Bear Street, Cherokee, North Carolina, 28719. Physical Location: 32 Drowning Bear Street, Cherokee, NC, 28719 Period of Performance: The Period of Performance shall be within 4-6 weeks of signed Purchase Order. Materials: Contractor shall provide all equipment needed during the duration of the contract. Statement of Work: This statement of work calls for the removal of 11, large white pine trees located on the grounds of the Forestry and Fire compound. All work shall be accomplished in accordance with this statement of work, contract terms and conditions, specification and any special requirement conditions provided. All removal shall follow applicable codes. Work shall be done in a neat and workman like manner. The contractor shall: 1.Provide all labor, materials, supplies, equipment, transportation and supervision necessary to remove eleven (11) trees at the Forestry and Fire Compound of Cherokee Agency located at 32 Drowning Bear Street. 2.The Contractor shall have all applicable license, permits and insurance to perform the required work. The Contractor shall be bonded. 3.The Contractor shall take down the trees and haul the trees off site. Any branches remaining will have to be chipped and/or hauled off, ensuring that the site is clear and clean at the end of the project. Branches and chips can be taken to the EBCI Transfer Station located on Olivet Church Road for disposal free of charge. The Transfer Station is located approximately 4.4 miles from the Forestry/Fire Compound. The contractors shall schedule work between working hours Monday-Friday 8:00 a.m. to 4:30 p.m. Hazards: 1.There are two overhead power and telecommunication lines that run through the tress that will be taken down prior to cutting, and this will be the responsibility of BIA Forestry & Fire. BIA Forestry and Fire will orchestrate the taking down of the lines with the utility companies prior to the removal of the trees. BIA Forestry and Fire will relay this information to the contractor prior to operations beginning. 2.Trees are hanging over Forestry Compound building, and will need to be removed carefully. General Notes: 1.Prospective bidders are required to attend a scheduled site visits to evaluate the existing site to develop an accurate estimate for bidding and the development of an accurate work plan. a.Site visit is scheduled for Monday March 12 at 9am Eastern Time. Additional site visit requests may be considered. 2.Road Access: Roads are paved from project site to the Transfer Station. 3.David Lambert will be the point of contact at the Cherokee Agency. Payment Terms: Invoices will be processed by Invoicing Processing Platform on a monthly basis after services have been accepted/rendered. Additional requirements: As prescribed 52.204-7 (d)-(f) System for Award Management (SAM) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. Any questions must be submitted to Ashley Warcewicz, Ashley.Warcewicz@bia.gov, at least 24 hours prior to the close of this announcement to ensure there is time to post the answers for all vendors. PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (a)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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price Technical capability is equal to price. (b)Factor 1: Technical Capability 1.Technical capability of the item offered to meet the Government requirement shall be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Technically Acceptable or Technically Unacceptable. 2.Offeror shall meet all the requirements in RFQ and submit documentation to verify. 3.Technically Acceptable is defined as the item offered to the Government that meets the minimum requirements of the solicitation. 4.Technically Unacceptable is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation. (c)Factor 2: Price 1.Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.402(a)(2). Offers should be sufficiently detailed to demonstrate their reasonableness. (d)AWARD PROCESS: 1.The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either Responsive or Non-Responsive. 2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either Technically Acceptable or Technically Unacceptable. 3.Technically Acceptable quotations will be then ranked according to Price. 4.The lowest priced offeror who is technically acceptable will receive the award. It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at https://www.acquisition.gov/browsefar The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7 Central Contractor Registration (SAM) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American Act - Supplies FAR 52.225-3 Buy American Act - Free Trade Agreements FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-4 Applicable Law for Breach of Contract FAR 52.243-1 Changes - Fixed Price FAR 52.244-6 Subcontracts for Commercial Items 1452.233-2 Service of Protest Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services This policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government. All questions shall be submitted via email to Ashley Warcewicz at Ashley.Warcewicz@bia.gov NO PHONES CALLS PLEASE. Please reference solicitation number 140A1518Q0011 in subject line of the email. Quotes are due on Friday, March 30, 2018 at 5:00 pm (CDT). Quotes may be sent via email to Ashley.Warcewicz@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ. Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A1518Q0011/listing.html)
 
Record
SN04865575-W 20180325/180323231613-0160486ed143d501f6d7134bc684eb63 (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.