Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
SOLICITATION NOTICE

S -- SACN - Vault Toilet Vacuuming and Septage Removal

Notice Date
3/4/2020 6:26:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6020Q0014
 
Response Due
3/18/2020 12:00:00 AM
 
Archive Date
04/02/2020
 
Point of Contact
Kircher, Adam
 
E-Mail Address
adam_kircher@nps.gov
(adam_kircher@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
SACN - Vault Toilet Vacuuming and Septage Removal 140P6020Q0014 (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) The National Park service is issuing this request for quote (RFQ) 140P6020Q0014, for the performance of vault toilet vacuuming and septage removal in accordance with the provided Scope of Work (SOW) for areas within St Croix NSR under FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04. The FAC is available at https://www.acquisition.gov/FAR. (iv) This is set aside 100% for small businesses under NAICS Code 562991, Septic Tank and Related Services with a small business size standard of $7.5M. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov at the time of quote in order to be considered for award. (v) Line items: Line 10: Vacuuming and Septage removal (vi) The acquisition is to provide vault toilet vacuuming and septage removal at St Croix NSR, located in St. Croix Falls, Wisconsin. Product and services offered to the Government under this purchase shall meet or exceed the following in accordance with the attached Statement of Work (SOW). Interested Parties shall submit quotes to Adam Kircher via email at adam_kircher@nps.gov. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: 05/01/2020 - 08/31/2020 Located at NPS, MWR, St Croix NSR, 401 N Hamilton Street, St. Croix Falls, WI 54024 (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Instructions to Offers a. Any questions pertaining to this solicitation must be sent via email to adam_kircher@nps.gov on or before Mar 11th, 2020 at 12:00 (noon) CST. All questions will be answered in an Amendment to this solicitation and posted on or about March 13th, 2020. b. At a minimum, offers must include (1) The completed Standard Form 18: Complete blocks 11c,d,e,f and all parts of blocks 13,14,15 and 16. Provide your companies DUNS number and CAGE Code under which your offer is made. See sections highlighted in Provisions and Clauses and complete as required. (2) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. (3) Required Documents showing: The technical proposal shall be submitted in a format that addresses each of the evaluation factors in order, as listed below. Information pertinent to each of the factors shall be included in the technical proposal. The NPS does not recommend the use of ""see paragraph X"" or similar verbiage as a suitable answer to any evaluation factor. The technical proposal shall not exceed five (5) pages of type written, single sided, 8-1/2"" x 11"" pages using a font not smaller than 12 point. Title pages and tables of contents are excluded from the five (5) page limit. FACTOR 1: TECHNICAL PROPOSAL: Describe your plan for completing the project including a detailed work schedule. Include a description and specifications of all equipment / vehicles that will be used, vehicles will need to be able to access remote areas of the park. FACTOR 2: PAST PERFORMANCE: Offeror shall provide three (3) references for projects of similar scope within the last five (5) years. Offeror shall provide the name of company providing reference, name of individual providing reference, and reference point of contact phone number. FACTOR 3: PRICE PROPOSAL: Offeror shall submit a price for all items as described in the Scope of Work. Offeror shall provide detailed price breakouts for all work to include labor hours, material, overhead, and profit. The contractor shall provide the following documents: Vendor's sheet showing proposed hours for each labor category, hourly rates, itemized material detail, overhead, profit and any other applicable detailed costs. (ix) FAR 52.212-2, Evaluation-Commercial Items, Evaluation of the proposal will be performed as per FAR Part 13. A firm-fixed price award will be made to the offeror for a proposal that reflects a cost that is considered both Fair and Reasonable to the government. Also the proposal will be evaluated for technical acceptability and price reasonableness; in evaluating technical acceptability and price reasonableness, the following factors will be considered: (1) technical (2) past performance and (3) price. (x) Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-4, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) 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 : **HARD COPY INVOICE detailing all charges**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 quotation. Green Procurement; To the extent that the services provided by the Contractor require provision of any of the types of products listed at https://sftool.gov/greenprocurement, the Contractor is expected to provide the green type of product unless that type of product is not available competitively within a reasonable time, at a reasonable price, is not life cycle cost efficient in the case of energy consuming products, or does not meet reasonable performance standards. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: SF-18 Attachment 1 - A04 SOW (Scope of Work) (10 pages) Attachment 2 - B03 DOL Wage Determination (DOL Wage Determination) (12 pages) SITE VISIT: All interested contractors are strongly encouraged to attend a site visit. Site visits may be arranged during normal duty hours by contacting: Adam Kircher Contract Specialist National Park Service, Interior Regions 3, 4, and 5 601 Riverfront Drive Omaha, NE 68102-4226 402 661-1606 Phone adam_kircher@nps.gov (xiii) N/A (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before March 18th, 2020 at 12:00 (noon) CST. Quotes shall be submitted electronically to adam_kircher@nps.gov (xvi) Contract Administration Data Adam Kircher Contract Specialist National Park Service, Interior Regions 3, 4, and 5 601 Riverfront Drive Omaha, NE 68102-4226 402 661-1606 Phone adam_kircher@nps.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/230108981324449babed8d24823133fa/view)
 
Place of Performance
Address: 401 N Hamilton Street, St. Croix Falls, WI 54024-9214, USA
Zip Code: 54024-9214
Country: USA
 
Record
SN05579383-F 20200306/200304230143 (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.