Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2020 SAM #6637
SOLICITATION NOTICE

S -- Grounds Maintenance at the Aviation Weather Research Facility

Notice Date
1/29/2020 3:18:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
VOLPE NATL TRANSPORTATION SYS CNTR CAMBRIDGE MA 02142 USA
 
ZIP Code
02142
 
Solicitation Number
6913G620Q300020
 
Response Due
2/5/2020 1:00:00 PM
 
Archive Date
04/05/2020
 
Point of Contact
Christine Guy, Phone: 6174943559
 
E-Mail Address
Christine.Guy@dot.gov
(Christine.Guy@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� Solicitation No. 6913G620Q300020 is issued as a Request for Quotation (RFQ).� This solicitation is being conducted in accordance with the policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective January 15, 20202. �This procurement is being solicited under NAICS code 561730 small business size standard $8 million.� This Combined Synopsis/Solicitation is being issued as a total small business set-aside.� The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, has a requirement for grounds maintenance at the Aviation Weather Research Facility at Joint Base Cape Cod.� The work will be performed on the property around Building #2410. This work shall include removing brush, tall grass, and any stumps along the designated tracks and outlined areas in accordance with the attached statement of work. The tracks and designated areas are to be made suitable for driving a small truck at modest speeds. REQUIREMENTS/SPECIFICATIONS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award purchase order, subject to receipt of an acceptable proposal/quote(s) in accordance with this combined synopsis/solicitation and the attached statement of work.� The Offeror�s price quotation shall include a firm fixed price for each of the CLIN�s and Optional CLIN�s identified below: CLIN 00100 $_________________ Contractor shall clear red areas shown in Figure 1 of all vegetation and hazards including stumps to ensure the spots are able to be driven on without getting flat tires. CLIN 00200 $__________________ Contractor shall clear tracks the fire roads shown in yellow in Figure 1 to ensure they are free of debris and hazards and clear to be driven on. CLIN 00300 $�__________________ Contractor shall maintain the area shown in blue in Figure 1 which is the transition from pavement to grass into the field. This spots gets soft when wet and can cause vehicles to get stuck. With the expected increase in traffic this spring, this area needs to have a surface installed, at least a lane and half wide (18 feet), for driving into the field. This could be done with rocks & sand/gravel or another agreed upon method. CLIN 00400 (Option) $_______________________________ During February 2020 make any additional modifications needed to the areas and tracks. This could include removing new hazards or repairing soft/damaged areas with gravel or agreed upon method. CLIN 00500 (Option) $________________ Provide onsite support for a minimum of 3, and a maximum of 6 days in February and/or March 2020 to be on site with equipment and gravel (or agreed upon materials / method) to repair the areas and tracks, as needed, during the demonstration. This would include purchasing an agreed upon amount of repair material to have on site. If the materials are not used for repairs the last day(s) the material will be used for other purposes on site, e.g., smoothing surface of dirt road into facility. At least two (2) days� notice will be given prior to each day that will require onsite support. Total Price for CLINs 00100 through 00500 $____________________ BASIS FOR AWARD An award will be made to the responsive and responsible Offeror(s) whose offer(s), conforming to this Combined Synopsis/Solicitation, is determined to offer the best value to the Government in terms of: 1) technical acceptability 2) schedule and 3) price. If offer is considered technically acceptable, then offers will be evaluated based on schedule being more important the price.� It is the Government�s intent to award a single firm fixed price purchase order(s) based upon initial offers without entering into discussions or negotiations (except clarifications as described in FAR 15.306(a)).� Therefore, the offeror�s initial proposal should contain the offeror�s best terms from a price standpoint, reflecting ANY AVAILABLE DISCOUNTS. While it is the Government's intent to make award based upon initial offers, the Government may, nevertheless, determine during the evaluation period that it is necessary to conduct discussions. NOTICE TO OFFERORS FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (the complete provision is provided in an attachment.� An Offeror shall complete only paragraph�(b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.Sam.gov.� If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs�(c) through (o) of this provision.� All Contractors must be registered in SAM in order to receive an award from a DOT Agency. �The Government intends to award a single or multiple purchase order(s) on a firm-fixed price basis as a result of this solicitation, subject to receipt of an acceptable proposal(s). FAR Clauses and Provisions 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.217-5 Evaluation of Options, 52.217-7 Option for Increased Quantity�Separately Priced Line Item, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.204-13, 52.204-18, 52.209.6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-15, 52.223-16, 52.223-18, 52.225-1, 52.225-13, 52.232-33 and 52.232-40. Transportation Acquisition Regulation clause TAR 1252.223-73 Seat belt use policies and programs is hereby incorporated by reference. The FAR and TAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far and http://www.dot.gov/administrations/assistant-secretary-administration/transportation-acquisition- regulation-tar This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. All questions regarding this solicitation shall be received by the Contracting Officer not later than Wednesday, February 5, 2020 at 4:00pm ET. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Christine Guy, V222, 55 Broadway, Cambridge, MA 02142.� The signed offer must be submitted via e-mail to Christine.guy@dot.gov� by closing date of February 5, 2020 at 4:00 p.m. ET.�� No telephone requests will be honored.� The Government will not pay for any information received.� It is anticipated that an award resulting from this combined synopsis/solicitation will be made on or about February 12, 2020. The following FAR provision is incorporated by full text: �52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) ����� (a) Definitions. As used in this provision� ������Covered telecommunications equipment or services�, �Critical technology�, and �Substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ����� (b) Prohibition. Section 889(a) (1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� ���������� (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ���������� (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. ����� (c) Representation. The Offeror represents that� �����It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. ����� (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer ���������� (1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); ���������� (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; ���������� (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and ���������� (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of provision) �U.S. DEPARTMENT OF TRANSPORTATION (DOT) CONTRACTOR PERSONNEL SECURITY AND AGENCY ACCESS (NOV 2011) The following definitions are provided: ""Agency Access"" means access to DOT facilities, sensitive information, information systems or other DOT resources. ""Applicant"" is a Contractor employee for whom the Contractor submits an application for a DOT identification card. ""Contractor Employee"" means prime Contractor and subcontractor employees who require agency access to perform work under a DOT contract. ""Identification Card"" (or ""ID card"") means a government issued or accepted identification card such as a Personal Identity Verification (PIV) card, a PIV-Interoperable (PIV-I) card from an authorized PIV-I issuer, or a non-PIV card issued by DOT, or a non�PIV card issued by another Federal agency and approved by DOT. PIV and PIV-I cards have physical and electronic attributes that other (non-PIV) ID cards do not have. ""Issuing Office"" means the DOT entity that issues identification cards to Contractor employees. ""Local Security Servicing Organization"" means the DOT entity that provides security services to the DOT organization sponsoring the contract. 1.� Risk and Sensitivity� Level Designations - For contracts� requiring access to DOT facilities, sensitive information, information systems or other� DOT resources, the Contractor employees� will be required to complete background investigations, identity proofing, and government identification card application procedures to determine suitability for access. DOT will assign a risk and sensitivity level designation to the overall contract and/or to Contractor employee positions by category, group or individual. The risk and sensitivity level designations will be the basis for determining the level of personnel security processing required for Contractor employees. IF THE DESIGNATED RISK IS: THE BACKGROUND INVESTIGATION IS: Low National Agency Check with Written Inquiries (NACI) Moderate Minimum Background Investigation (MBI) High Background Investigation (BI) Contractor employees may also be required to obtain security clearances (i.e., Confidential, Secret, or Top Secret).� National Security work designated ""special sensitive,"" ""critical sensitive,"" or ""non-critical sensitive"" will determine the level of clearance required for Contractor employees. Personnel security clearances for national security contracts within the U.S. DOT will be processed according to the Department of Defense National Industrial Security Program Operating Manual (NISPOM). 2.� Pre-screening of Contractor Employees - The Contractor must pre-screen individuals designated for employment under any DOT contract by verifying minimal suitability requirements to ensure that only quality candidates are considered for contract employment, and to mitigate the burden on the Government of conducting background investigations on objectionable applicants. The Contractor must exercise due diligence in pre-screening all employees prior to submission to DOT for agency access. DOT may decline to grant agency access to a Contractor employee for reasons including, but not limited to: a)� Conviction of a felony, a crime of violence, or a misdemeanor involving moral turpitude. b)� Falsification of information entered on forms or of other documents submitted. c)� Improper� conduct including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct adverse to the Government� regardless� of whether the conduct is directly related to the contract. d)� Any behavior judged to pose a potential threat to DOT facilities, sensitive information, information systems or other resources. 3.� Citizenship and Alien Status - The Contractor must monitor an alien's continued authorization for employment in the United States.� The Contractor must provide documentation to the Contracting Officer or the Contracting Officer's Technical Representative during the background investigation process that validates that the E-Verify requirement has been met for each Contractor employee. 4.� Background Investigation and Adjudication - The Contractor employee must have a favorable adjudication of background investigation before DOT will issue an ID card to the Contractor employee granting access to DOT facilities, sensitive information, information systems or other DOT resources.� DOT may accept favorable adjudications of background investigations from other Federal agencies when applicants have held PIV cards issued by those agencies with no break in service. DOT may also accept PIV-I (interoperable) cards issued by an authorized PIV-I issuer as evidence of identity.�� A favorable adjudication does not preclude DOT from initiating a new investigation when deemed necessary. At a minimum, the FBI National Criminal History Check (fingerprint check) must be favorably completed before a DOT identification card can be issued. Each Contractor must use the Office of Personnel Management�s (OPM) e-QIP system to complete any required investigative forms.� Instructions for obtaining fingerprints will be provided by the COTR or CO. The DOT Office of Security, M-40, or a DOT organization delegated authority by M-40, is responsible for adjudicating the suitability of Contractor employees. 5.� Agency Access Denied - Upon contract award, DOT will initiate the agency access procedure for all Contractor employees requiring access to DOT facilities, sensitive information, information systems and other DOT resources for contract performance. DOT may deny agency access to any individual about whom an adverse suitability determination is made. Failure to submit the required security information or to truthfully answer all questions shall constitute grounds for denial of access. The Contractor must not provide agency access to Contractor employees until the COTR or CO provides notice of approval, which is authorized only by the DOT Office of Security (M-40) or a DOT organization delegated authority by M-40.�� Where a proposed Contractor's employees are denied agency access by the Government or, if for any reason proposed applications are withdrawn by the Contractor during the agency access process, the additional costs and administrative burden for conducting additional background investigations caused by a lack of effective pre� screening or planning on the part of the Contractor may be considered as part of the Contractor's overall performance evaluation. 6.� Identification Card Application Process - The COTR will be the DOT ID card Sponsor and point of contact for the Contractor's application for a DOT ID card.� The COTR shall review and approve the DOT ID card application before an ID card is issued to the applicant. An applicant may be issued either a Personal Identity Verification (PIV) card that meets the standards of Homeland Presidential Security Directive (HSPD-12), or an applicant may be issued a non-PIV card.� Generally, a non-PIV card will be issued for contracts that expire in six months or less, including option periods.�� The COTR may request the issuing office to waive the six month eligibility requirement when it is in DOT's interest for contract performance. The applicant must complete a DOT on-line application for a PIV card.� For a non-PIV card, the applicant must complete and submit a hard copy of Form 1681to the COTR/Sponsor. Regardless of the type of card to be issued (PIV or non-PIV), the applicant must appear in� person to provide two forms of identity source documents in original form to DOT. The identity source documents must come from the list of acceptable documents included in Form I-9, OMB No. 1115-0136, Employment Eligibility Verification.� At least one document must be a valid State or Federal government-issued picture identification. For a PIV card, the applicant may be required to appear in-person a second time for enrollment and activation. 7.� Identification Card Custody and Control- The Contractor is responsible for the custody and control of all forms of government identification issued by DOT to Contractor employees for access to DOT facilities, sensitive information, information systems and other DOT resources.� The Contractor� must immediately� notify the COTR or, if the COTR is unavailable, the CO when a Contractor� employee no longer requires agency access due to transfer, completion� of a project, retirement, removal from work on the contract, or termination of employment. The Contractor is responsible for maintaining and safeguarding the DOT ID card upon issuance to the Contractor employee.� The Contractor must ensure that Contractor employees comply with DOT requirements concerning the renewal, loss, theft, or damage of an ID card.� The Contractor must immediately notify the COTR or, if the COTR is unavailable, the CO when an ID card is lost, stolen or damaged. Failure to comply with the requirements for custody and control of DOT ID cards may result in withholding final payment or contract termination based on the potential for serious harm caused by inappropriate access to DOT facilities, sensitive information, information systems or other DOT resources. a)� Renewal:� A Contractor employee�s DOT issued ID card is valid for a maximum of three years or until the contract expiration date (including option periods), whichever occurs first.�� The renewal process should begin six weeks before the PIV card expiration date.� If a PIV card is not renewed before it expires, the Contractor employee will be required to sign-in daily for facility access and may have limited access to information systems and other resources. b)� Lost/Stolen: Immediately upon detection, the Contractor or Contractor employee must report a lost or stolen DOT ID card to the COTR, or if the COTR is unavailable, the CO, the issuing office, or the local servicing security organization.� The Contractor must submit an incident report within 48 hours, through the COTR or, if the COTR is unavailable, the CO, the issuing office, or the local security servicing organization describing the circumstances of the loss or theft.� The Contractor must also report a lost or stolen PIV card through the DOT on-line registration system. If the loss or theft is reported by the Contractor to the local police, a copy of the police report must be provided to the COTR or CO. From the date of notification to DOT, the Contractor must wait three days before getting a replacement ID card. During the 3- day wait period, the Contractor employee must sign in daily for facility access. c)� Replacement: An ID card will be replaced if it is damaged, contains incorrect data, or is lost or stolen for more than 3 days, provided there is a continuing need for agency access to perform work under the contract. 8.� Surrender of ID Cards - Upon notification that routine access to DOT facilities, sensitive information, information systems or other DOT resources is no longer required, the Contractor must� surrender the DOT issued ID card to the COTR, or if the COTR is unavailable, the CO, the issuing office, or the local security servicing organization in accordance with agency procedures. 9.� Use of This Clause - The Contractor is required to include these clauses in any subcontracts that require the subcontractor or subcontractor�s employees to have access to DOT facilities, sensitive information, information systems or other resources.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b99c8cafa9984079abae4182c48593ec/view)
 
Place of Performance
Address: Buzzards Bay, MA 02542, USA
Zip Code: 02542
Country: USA
 
Record
SN05546415-F 20200131/200129230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.