SOLICITATION NOTICE
H -- Fort Polk Horse Trespass Capture
- Notice Date
- 9/18/2020 11:24:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 114210
— Hunting and Trapping
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G-20-Q-0091
- Response Due
- 9/25/2020 3:00:00 PM
- Archive Date
- 09/26/2020
- Point of Contact
- Ali Marshall, Phone: 817-886-1068, Kathy Mitchell, Phone: 817-886-1709
- E-Mail Address
-
Alisa.Marshall@usace.army.mil, Kathy.S.Mitchell@usace.army.mil
(Alisa.Marshall@usace.army.mil, Kathy.S.Mitchell@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Instructions to Offerors Request for Quotes (RFQ) Solicitation Number: W9126G-20-Q-0091 ���� Solicitation issued by:� US Army Corps of Engineers, Fort Worth District, for the Fort Polk, Louisiana. PROJECT NAME:� Capture of Horse Trespass and Maintenance Services, Ft. Polk, LA. 1.� This is a combined synopsis/solicitation for commercial services 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 s are being requested and a written solicitation will not be issued.� Description of Services:� The Contractor shall furnish, all necessary labor, transportation, equipment, materials/supplies, and supervision to perform non-personal services for the capture of horses trespassing and maintenance services, location and frequency set forth in the Performance Work Statement and schedules. Work shall be performed at the Fort Polk, LA, U.S. Army Installation in Leesville, LA, 71459.� The period of performance will be one (1) twelve (12) month base period, and four (4) twelve (12) month option periods. 2.� This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) and Department of Defense FAR Supplement (DFARS). a. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Offerors are also required to submit a completed copy of the Request for Quotation and a completed copy of the pricing schedule. b. Offerors include a completed copy of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. c. Clause at�52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. d. 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 3.� This acquisition is SET ASIDE 100% for Small Business. 4.� NAICS Code:� 114210, Govt. Animal Control/Trapping.� SIZE STANDARD: �$6 Million.� 5.� Evaluation Information:� The Government intends to award a firm fixed price (FFP) Purchase Order Contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of past performance and price IAW 13.106-2(4)(ii). �Past performance is equivalent to price. �Quotes for this solicitation are due on 25 September 2020, by 5:00 PM, Central Standard Time.� The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. 6.� Submittals:� Offerors must submit representation and certifications in accordance with the provisions at FAR 52.212-3 Offeror Representation and Certifications � Commercial Item (Accessible at https://www.acquisition.gov) or the vendor may verify their Online Representation and Certification Application (ORCA) is updated in SAM. See Vendor information sheet.� Submit the following as separate PDF files and Word files, in the response to the RFQ:� a. Vendor Information Sheet.� b. Price Quotation (CLIN Schedules attached) (See Clause 52.212-2 Evaluation � Commercial Items). c. Past Performance (See Clause 52.212-2 Evaluation � Commercial Items).� e. Complete and return the following provisions:� 52.204-26, and 52.204-24 must be marked and returned with proposal until it is included in SAM (www.sam.gov).�� � 7.� Email quotes to:� Alisa Marshall, Contract Specialist, at alisa.marshall@usace.army.mil 52.237-1 SITE VIST � Offerors or quoters are encouraged 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.� Prospective offerors are required to contact the Contract Specialist via email to express their interests in attending the site visit. At a minimum, the email should reference the following:� 1. The Solicitation Number:� W9126G20Q0091.� 2. Project Title:� Ft. Polk Horse Trespass.� 3. Name(s) of Individual(s) who will attend the site visit.� 4. Name of Company Represented.� 5. Phone Number of Company Representative. 6. Email address of Company Representative. � � Work Site Address:��������������� Fort Polk� ����������������������������������������������� U.S. Army Military Installation ����������������������������������������������� Leesville, LA, 71459 � CT POC:�������������������������������� Alisa Marshall Contact Info:�����������������������817-886-1068 Email:������������������������������������ alisa.marshall@usace.army.mil � Project PM:��������������������������Kathy Mitchell Contact Info:�����������������������817-886-1709 Email:� ���������������������������������� Kathy.S.Mitchell@usace.army.mil � Note:� There is no historical award information on this project.� Services performed in years past were issued under cooperative agreements and the Cooperative Ecosystem Studies Units (www.cesu.gov).� � Vendor Information Sheet W9126G20Q0091 Project:� Capture of Horse Trespass and Maintenance Services, Ft. Polk, LA Company Name:��������������������������������������������������������������������������������������������������������������� �Point of Contact (POC):� (First and Last Name):� � �Address:� (Number & Street), (City, State and Zip):���� Phone Number:� (area code & number):��� Cell / Mobile Phone Number:� (area code & number)�� EMAIL Address:� (Most Important):��� Company's DUNS Number and�CAGE Code Number in www.SAM.gov Website.� DUNS Number:� Cage Code Number:� � ***Duns Number and Cage Code Number must be the same as listed in www.sam.gov Website*** Is Vendor�s Online Representation and Certification Application (ORCA)�updated in SAM?� Yes OR No:� Answer with a Yes or No.��� *Note: The System for Award Management (SAM) (www.sam.gov) is an official website of the U.S. Government. �There is no cost to use SAM.� You can use this site for FREE to:� 1.� Register to do business with the U.S. government.� 2.� Update or renew your entity registration.� 3.� Check status of an entity registration.� 4.� Search for entity registration and exclusion records. [End of Vendor Information Sheet] **See clause 52.228-5 INSURANCE (If applicable) Prior to commencement of work, the Contractor shall furnish original Insurance Certificate directly to the Contracting Officer, Fort Worth District, Army Corps of Engineers, ATTN: CESWF-CT, P.O. Box 17300, Fort Worth, Texas 76102-0300 and one copy directly to the Fort Polk Project Manager. �The Contractor shall maintain, during the entire period of his performance under this contract, the following minimum insurance requirements.� Submit a copy of Insurance Certificate directly to:� US Army Corp of Engineers, Fort Worth District, Contracting Officer, Alice Austin, 819 Taylor Street, CT Room 2A17, Fort Worth, TX 76102.� email:� Alice.Austin@usace.army.mil� Or email to contract specialist: �Alisa.Marshall@usace.army.mil� (a) Comprehensive general liability insurance for bodily injury in the minimum limits of $500,000 per occurrence. �No property damage liability is required.� (b) Comprehensive automobile liability insurance covering the operation of all automobiles used in connection with the performance of the contract in the minimum limits of $200,000 per person and $100,000 per accident for bodily injury and $20,000 per accident for property damage.� (c) Workmen's Compensation and Employer's Liability Insurance in the minimum amount of $100,000.00 or in compliance with applicable State statutes.� (d) An endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer.� NOTE:� (1) It is recommended that the contractor furnish a copy of the foregoing requirements to his insurance company in order to assure that an Insurance Certificate is issued meeting the minimum requirements shown.� The Insurance Certificate shall also show the contract number to which it applies as well as a brief description and location of the work.� Contract number will be provided at time of award.�� Contracting Officer Statement �Only a warranted Contracting Officer (either a Procuring Contracting Officer (PCO), or an Administrative Contracting Officer (ACO), acting within their delegated limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract you shall not proceed with the change and shall immediately notify the Contracting Officer.� [End of Instructions to Offerors] QUESTIONS:� Email Alisa.Marshall@usace.army.mil �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4a44d0ef9ff6458a98c9f0f3452e82ad/view)
- Place of Performance
- Address: Fort Polk, LA 71459, USA
- Zip Code: 71459
- Country: USA
- Zip Code: 71459
- Record
- SN05803286-F 20200920/200918230203 (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 |