SOLICITATION NOTICE
S -- Ground Maintenance Service Contract-USDA, ARS, Subtropical Horticulture Research Station
- Notice Date
- 12/28/2020 1:06:47 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
- ZIP Code
- 38776
- Solicitation Number
- 12405B21Q0017
- Response Due
- 1/4/2021 12:00:00 PM
- Archive Date
- 01/19/2021
- Point of Contact
- Shalunda Mix
- E-Mail Address
-
shalunda.mix@usda.gov
(shalunda.mix@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- REVISED STATEMENT OF WORK POSTED 12/28/2020. SEE�CORRECTION: Appendix A � Map of highlighted areas requiring maintenance. Area 1 (Pink) is approximately 397,000 square feet, Area 2 (green) is approximately 88,500 square feet, and Area 3 (blue/purple) is approximately 153,000 square feet.� Questions and Answers POSTED 12/28/2020. � This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is 12405B21Q0017 and is issued as a request for quotation (RFQ). The NAICS code is 561730, Landscaping Services. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2021-01. The US Department of Agriculture, Agricultural Research Service, SEA Subtropical Horticulture Research Station (SHRS) is in need of a single Contractor to provide materials, supervision, transportation, labor, work plan, schedule, and assure effective performance for ground maintenance service. The Subtropical Horticulture Research STation is located at 13601 Old Cutler Road Miami, Fl 33158. The Ground Maintenance Service contract covers the base year and 4 option years as follows: Base Year 1/15/2021 to 1/14/2022 1st Option Year 1/15/2022 to 1/14/2023 2nd Option Year 1/15/2023 to 1/14/2024 3rd Option Year 1/15/2024 to 1/14/2025 4th Option Year 1/15/2025 to 1/14/2026 Any quotes not meeting the minimum requirements in the statement of work will not be considered. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts, total price and valid for at least 60 days after receipt of quote with the completed SF-1449; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at https://beta.sam.gov/. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services. DELIVERY: FOB Destination. Deliver to the USDA, ARS, Subtropical Horticulture Research Service located at 13601 Old Cutler Road Miami, Fl 33158. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: https://beta.sam.gov/. FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. COMPLETE SECTION D OF UPDATED FAR CLAUSE 52.204-24. PLEASE SIGN AT THE BOTTOM AND RETURN WITH YOUR QUOTE. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offeror�s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 2:00 p.m. central standard time, January 4, 2021. Quotations are to be addressed to Shalunda Mix, Contract Specialist, at shalunda.mix@usda.gov. Additional information may be obtained by contacting the Contracting Officer by email. SITE VISIT is set for December 16, 2020 at 3:00 p.m. EST�sharp. No late comers will be allowed. Due to COVID-19 restrictions, only one (1) person per company will be allowed for the site visit and all interested vendors must confirm interest in attending via email to Karla Agurto (phone: 786-573-7058. Email: Karla.Agurto@usda.gov)�no later than 5:00 p.m. EST�on December 15, 2020. Name of person attending must be provided in the email. Additionally, all parties must wear a mask, have no symptoms related to COVID-19, and must practice social distance even when outdoors. Parties are asked to wait outside of building 89 until 3:00 p.m. EST. ALL QUESTIONS must be submitted by 2:00 p.m. central standard time 12/28/2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dccadc58354941919472b580732aa20c/view)
- Place of Performance
- Address: FL 33158, USA
- Zip Code: 33158
- Country: USA
- Zip Code: 33158
- Record
- SN05881164-F 20201230/201228230107 (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 |