SOLICITATION NOTICE
S -- Grounds Maintenance (Davis Bayou) Ocean Springs MS
- Notice Date
- 3/2/2020 8:25:45 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- SER WEST(52000) TUPELO MS 38804 USA
- ZIP Code
- 38804
- Solicitation Number
- 140P5220Q0016
- Response Due
- 3/11/2020 12:00:00 AM
- Archive Date
- 03/26/2020
- Point of Contact
- Ward, Evans
- E-Mail Address
-
Andre_Ward@nps.gov
(Andre_Ward@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- 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; quotations are being requested and a written solicitation will not be issued. The solicitation number 140P5220Q0016 is issued as an request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04D effective January 15, 2020. The solicitation is reserved exclusively for small business concerns; and the associated NAICS code is 561730 and small business size standard is $8.0 millions of dollars. Line item number 00010 Base Period $__________________ Line item number 00020 Option Period One $__________________ Line item number 00030 Option Period Two $__________________ Line item number 00040 Option Period Three $__________________ Line item number 00050 Option Period Four $__________________ Description of requirements for the items to be acquired. A single, firm-fixed price contract for Ground Maintenance Services with a Base and up to four Option Periods. The work under this proposed contract consists of furnishing all labor, supervision, equipment, fuel, transportation, tools and supplies necessary for mowing, edging, weeding, blowing, and trimming in the Davis Bayou Area of Gulf Islands National Seashore (Mississippi District). Throughout the mowing season, additional area closed to mowing will be marked with red flagging. Service Schedule: 15 Cycles annual, Wednesday, bi-weekly (occurring every two weeks) Base Period FROM: March 25, 2020 TO: October 8, 2020 Magnitude: Area 1, Picnic Area (Approx. 10 Acres) Area 2, Campground Area (Approx. 4 acres) Area 3, Ranger Residence and Public Boat Launch Area (Approx. 4 Acres) Area 5, Visitor Center Area (Approx. 8 Acres) Area 7, Roadsides (Approx. 4 Acres) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and signed and dated offers shall be transmitted electronically via email to andre_ward@nps.gov. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition, and the specific evaluation criteria is Price and Past Performance. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O.11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2019) (E.O.13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793). (33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). Additional contract requirement(s) or terms and conditions also applies as listed below: 52.217-5 Evaluation of Options (JULY 1990). 52.217-9 Option to Extend the Term of the Contract (MAR 2000). 52.237-1 Site Visit (APR 1984). 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984). 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. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [Upload Vendor's locally produced Invoice (itemized by line item for period currently billed)]: 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. (End of Local Clause) This acquisition will be conducted IAW FAR Part 12 and Part 13 procedures. Evaluation of quotations or offers will be conducted IAW 13.106-2. Formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. Comparative evaluations of offers will be conducted in a fair and impartial manner. Evaluation of other factors, such as past performance- (i) Does not require the creation or existence of a formal data base; and (ii) May be based on one or more of the following: (A) The contracting officer�s knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or (D) Any other reasonable basis. Where an evaluation is based only on price and past performance, an award may be made based on whether the lowest priced of the quotations or offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer. OFFER DUE DATE/LOCAL TIME 03/11/2020 1000 CT | Email: andre_ward@nps.gov The name and telephone number of the individual to contact for information regarding the solicitation. Evans Andre Ward, Contracting Officer, 850-232-4630 Ernest Echoles, Facility Manager, 228-230-4115
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/566ea5fd70fa4d8eb6e031545540c26a/view)
- Place of Performance
- Address: Davis Bayou Area, 3500 Park Road, Jackson County, POC: Ernest Echoles (FM), Ocean Springs, MS 39564, USA
- Zip Code: 39564
- Country: USA
- Zip Code: 39564
- Record
- SN05576921-F 20200304/200302230204 (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 |