Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2020 SAM #6807
SOLICITATION NOTICE

S -- Dead/Nuisance Tree Romoval of 52 Trees

Notice Date
7/17/2020 5:38:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
75H70620Q00003-1
 
Response Due
7/22/2020 7:00:00 AM
 
Archive Date
08/06/2020
 
Point of Contact
Connie Valandra, Phone: 6052267331, Fax: 6052267669
 
E-Mail Address
connie.valandra@ihs.gov
(connie.valandra@ihs.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 FAR (Federal Acquisition Regulations) 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 solicitation number is 75H70620Q00003-1 and is a re-issuance of the initial solicitation. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2020-07. This is a Total Small Business Set-aside solicitation. NAICS code is 561730 � Landscaping Services, Small Business Size Standard is $8.0 Million, Product Service Code is S216 � Housekeeping � Facilities Operations Support. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Wage Determination No. 1996-0224, Revision No. 46, dated February 26, 2020 is applicable to this solicitation. Contract Line Items: July 27, 2020 through September 26, 2020 1. Tree Removal, 12� Diameter and Smaller: 15 @$__________ /Each, totaling $__________ 2. Tree Removal, 12�-24� Diameter: 20 @$__________ /Each, totaling $__________ 3. Tree Removal, 24� Diameter and Larger: 17 @$__________ /Each, totaling $__________ 4. TERO Fees 1 @$__________ /Each, totaling $___________ Total� $__________ The Great Plains Area Office is re-soliciting proposals for a Firm Fixed-Price, Non-Personal Services contract for Dead/Nuisance Tree Removal of 52 Trees Services for the Pine Ridge IHS Hospital, Pine Ridge Service Unit, E. Highway 18, Pine Ridge, SD� 57770. Dead/Nuisance Tree Removal of 52 Trees Services include: (List is not all-inclusive. Refer to the SOW.) Remove all trees that have been marked with ribbon and paint. Remove trees and debris in a safe manner. Grind all stumps and return grounds to existing site conditions. Follow Interim Life Safety Measures. Submit an acceptable Compliance Agreement to Oglala Sioux Tribe Tribal Employment Rights Office. The period of performance will be from July 27, 2020 through September 26, 2020. INSTRUCTION TO OFFERORS: Proposal must contain the following documents in order to be considered responsive and eligible for an award: Completion of the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including: FAR 52.212-1 - Instructions to Offerors � Commercial Items (Jun 2020). This information must be submitted by the Offeror. FAR 52.212-2 � Evaluation � Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the lowest responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Award will be made on an �all-or-none� basis to the lowest responsive and responsible quoter. FAR 52.212-3 � Offeror Representations and Certifications � Commercial Items (Jun 2020). This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision. FAR 52.212-4 - Contract Terms and Conditions � Commercial Items (Oct 2018) (Incorporated by Reference); and FAR 52.212-5 � Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Jul 2020). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/browse/index/far The Defense Priorities and Allocations System (DPAS) is Not Applicable to this solicitation. Quote is due on July 22, 2020 @10:00am CDT/CST. Submit proposals to: ��������� Great Plains Area Indian Health Service ��������� Attn: Connie Valandra, Contract Specialist ��������� Federal Building, Room 309 ��������� 115 4th Avenue Southeast ��������� Aberdeen, South Dakota�� 57401-4360 ��������� Telephone: 605/226-7567 ��������� Facsimile: 605/226-7669 ��������� E-mail: connie.valandra@ihs.gov Security Clearance Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the IHS (Indian Health Service). Before starting work requiring routine access to IHS facilities or systems each person must complete an FBI National Criminal History Check (Fingerprint Check) adjudicated by an IHS employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for IHS processing of fingerprints taken electronically at an IHS site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of IHS sites with electronic fingerprint capability is available from the Contracting Officer. The IHS utilizes the eQIP (Electronic Questionnaire Investigations Processing) system to process background investigations. Contractors are required to work with the Service Unit Background Coordinator or other designee to properly complete their eQIP entry without error. Proper submission of the eQIP entry to the OPM (Office of Personnel Management) is required prior to the individual being allowed to begin their performance under this contract. Computers have been provided to the Service Unit for this purpose. OIG Exclusion List No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor�s responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to IHS is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour, or Cost-Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed-Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. The Government will pay for the cost to process the contractor�s suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer�s discretion, lead to a reduction(s) in the contract price of no more than the cost of the investigation(s). Child Sexual Abuse Briefing (IHS June 2019) Contractors within the Great Plains Area Indian Health Service (GPAIHS) that have access to IHS Facilities are required to complete the Child Sexual Abuse Briefing within 30 days of award of the contract. Refer to Section J for the PowerPoint Presentation guidance and instructions. Awardee will be required to submit a Certificate of Liability Insurance within 5 business days following award notification from the Great Plains Area Indian Health Service.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/28cb0bdb224f423b8d2f6a4c68db527d/view)
 
Place of Performance
Address: SD 57770, USA
Zip Code: 57770
Country: USA
 
Record
SN05724786-F 20200719/200717230137 (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.