SOLICITATION NOTICE
P -- Demolition, removal, disposal and cleanup of struc
- Notice Date
- 6/5/2020 11:50:36 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
- ZIP Code
- 68102
- Solicitation Number
- 140P6020Q0019
- Response Due
- 7/3/2020 12:00:00 AM
- Archive Date
- 07/18/2020
- Point of Contact
- Qualley, Dorothy
- E-Mail Address
-
dorothy_qualley@nps.gov
(dorothy_qualley@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- (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; proposals are being requested and a written solicitation will not be issued. (ii) The National Park service is issuing this request for quote (RFQ) 140P6020Q0019 for the demolition, removal, disposal and cleanup of structures, and other items in accordance with the provided Scope of Work (SOW) for areas within the for the St. Croix National Scenic Riverway, Upper District. The subject National Park Service property is located at 10035N Ogren Road, Hayward, Wisconsin. The intention of the National Park Service at this site is to return this property back to its natural condition. (iii) Solicitation 140P6020Q0019 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-06. (iv) This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 238910, Site Preparation Contractors. The small business standard is $16.5M. (v) Line Item No: 0010 Description: Demolition of Structures Quantity/Unit: 1 Job (vi) The work will consist of the Contractor, in accordance with local, state, and federal regulations, OSHA, EPA, and the terms and conditions of the solicitation/contract, providing all labor, supervision, materials, tools, equipment, supplies, transportation, vehicles, licenses, certifications, permits, and other items, services, and incidentals necessary for the demolition, removal, and disposal of structures and other items from National Park Service property. The intention of the National Park Service at this site is to return this property back to its natural condition. (vii) The Contractor shall be required to complete all work no later than 45 days after award. The time stated for completion shall include final cleanup of the premises. Place of Performance: St. Croix National Scenic Riverway, Upper District 10035N Ogren Road Hayward, WI 54843 (viii) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein: 52.212-1 Instructions to Offerors, Commercial Items. (Mar 2020) Addendum to FAR 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: ""The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers."" The offeror shall make a clear statement in the proposal documentation that the proposal is valid until this date. The National Park Service intends to issue one (1) Firm-Fixed Price Award in response to this solicitation. Offerors are encouraged to submit best price(s), considering all items, labor, and any price reductions. In order to be considered for an award, an offeror must have a DUNS number, be registered and active in the System for Award Management (SAM), http://www.sam.gov, both at time of proposal and at the time of award (see FAR 52.204-7). Offeror must have completed their Online Representations and Certifications. Please be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to the Department of Interior(DOI) and National Park Service (NPS). Offeror Submission Instructions and Limitations To assure timely and equitable evaluation of quotes, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The offeror shall submit in their quote all requested information specified in this section of the Request for Quote (RFQ) at or before the exact time specified. Failure to meet a requirement may result in an offer being ineligible for award. PROPOSAL DOCUMENTS shall be submitted in SEPARATE word, excel, or pdf files: Document 1 -- Technical Evaluation (Factor 1) Sub factor I, Strategy: Describe your plan for accomplishing the work including steps for development and proposed materials list. Sub factor II, Team: Provide resumes or similar documentation for all personnel managing and performing the work of this project. The team must demonstrate they have worked together in previous projects and demonstrate that experience in Subfactor III. Sub factor III, Previous Experience: Provide a minimum of two (2) examples of work, but no more than five, of previously projects completed within the last three (3) years, that are of similar size and scope as this project. Describe the project requirement, work performed, and final outcome. At least one of these examples should demonstrate the work of the proposed team in Subfactor II. Information should be short and concise but provide the Government with enough detail to determine if the offeror meets the Government's technical criteria. Document 2 -- Past Performance (Factor 2) Provide contact information for all examples in Factor I, Sub factor III above. Information shall include contact name, firm or organization they represented, phone number, address, and email address. Document 3 -- PRICE (Factor 3) Provide a lump sum price with a breakdown of costs for each line item using the attached Pricing Schedule Sheet. Price will be subjectively evaluated considering total cost of all items to reach the best value for the Government with all factors considered. Document 4 -- Award Document (SF-18) Completed and Signed SF-18 Complete Block 8 Insert total price in Block 11(f) Complete Block 13. Review all required vendor completion sections within the solicitation document and provide all requested documents and information in the instructions to offeror section of the solicitation. (ix) Evaluation and Basis of Award Evaluation Factors for this solicitation are TECHNICAL, PAST PERFORMANCE and PRICE. The Government reserves the right to make award without discussions. Therefore, the Offeror's proposal should contain the Offeror's best terms from a cost or price and technical standpoint. The Government also reserves the right to enter into discussions, if it is determined to be in the Government's best interest. Although price is an important factor in the award of the contract, non-price factors, when combined, are of approximately equal consideration to the overall contract award decision. Simplified Acquisition evaluation procedures pursuant to FAR Part 13, will be applied in the evaluation of quotations received. Only those quotes deemed responsive will be evaluated. Failure to submit the information called for in this solicitation may render the quote nonresponsive. The Government is equally concerned with obtaining performance capability and quality as it is with the lowest overall price. However, the Government may make award to the higher priced offeror if their performance capability and quality exceeds that of the offeror who submits a lower priced quote. Overall price to the Government may become the ultimate factor for award of a contract as quotations become more equal based on other factors. While the Government will strive for maximum objectivity, the evaluation process is, by its nature, subjective. Therefore, professional judgment is implicit throughout the entire process. In any case, the Government reserves the right to make award(s) to that offeror whose quotation provides the best overall value and is most advantageous to the Government. (x) FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, the selected offeror must submit a completed copy of the listed representations and certifications. (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) The selected Offeror 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 The selected Offeror 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34 and the following clauses in paragraph (c) 52.222-41, 52.222-43, 52.222-55. 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) (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. (xiii) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. An organized pre-proposal site visit has been scheduled for June 18, 2020. DUE TO CURRENT EXTENUATING CIRCUMSTANCES WITH THE COVID-19 DIRECTIVES, EACH CONTRACTOR MUST PRE-REGISTER WITH THIS OFFICE (email only: dorothy_qualley@nps.gov) BEFORE ATTENDING THE SITE VISIT DATE AND TIME BELOW. ALL SOCIAL DISTANCING GUIDELINES MUST BE ADHERED TO THROUGHTOUT THE SITE VISIT. CUT-OFF DATE FOR PRE-REGISTRATION IS: NLT COB JUNE 12, 2020 CONTRACTORS WILL REMAIN IN THEIR VEHICLES WHILE THE ON-SITE REPRESENTATIVE/COR CAN ESCORT THEM TO THE SITE, IN WHICH THE WORK IS TO BE PERFORMED. PLEASE BE PATIENT, AS ALL CONTRACTORS WILL HAVE A CHANCE TO ATTEND AND VIEW THE SITE TO GATHER ANY PERTINENT INFORMATION THEY NEED. Participants will meet at: St. Croix National Scenic Riverway, Upper District 10035N Ogren Road Hayward, WI 54843 (xiv) N/A (xv) Contractor questions regarding this solicitation will be accepted in writing by email to: Dorothy_Qualley@nps.gov. All questions shall be received on or before June 25, 2020 to be considered. Proposals shall be received no later than 2:00 PM, Central Time, July 3, 2020. (xvi) The Government point of contact, Dorothy Qualley, is the sole point of contact for this solicitation. All correspondence shall be addressed to Dorothy Qualley at Dorothy_qualley@nps.gov, Phone (402) 661-1664.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fb2f782055914d988b9b68e60d38fcd7/view)
- Place of Performance
- Address: 10035N Ogren Road, Hayward, WI 54843, USA
- Zip Code: 54843
- Country: USA
- Zip Code: 54843
- Record
- SN05681827-F 20200607/200605230143 (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 |