SOLICITATION NOTICE
S -- LAWN MOWING AND SNOW REMOVAL WITH SALTING
- Notice Date
- 5/17/2021 1:04:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- NER SERVICES MABO (43000) BOSTON MA 02129 USA
- ZIP Code
- 02129
- Solicitation Number
- 140P4321Q0026
- Response Due
- 6/15/2021 11:00:00 AM
- Archive Date
- 06/30/2021
- Point of Contact
- Barceleau, David, Phone: 6172425786, Fax: 617-242-3748
- E-Mail Address
-
David_Barceleau@nps.gov
(David_Barceleau@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i) This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) 140P4321Q0026. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2021-05 and are available in full text through Internet access at http:// www.acquisition.gov/far/. ***** (ii) This solicitation is issued as Request for Quote 140P4321Q0026. ***** (iii) The solicitation, provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. ***** (iv) This procurement is set aside, pursuant to the Federal Acquisition Regulation (FAR) Subpart 6.2, Full and Open Competition After Exclusion of Sources, as a total small business set-aside under North American Industry Classification System (NAICS) code is 561730, Landscaping Services, with a small business size standard: $8.0 million. All responsible small business concerns may submit a quote which shall be considered by the National Park Service (NPS). ***** (v) Refer to the price schedule on the attached Standard Form 1449 (SF1449), Solicitation/Contract/Order for Commercial Items, for a list of line item numbers, descriptions, quantities, and units of measure, including options. ***** (vi) Description of requirements for each line item Minute Man National Historical Park preserves grounds and buildings to commemorate local events on April 19, 1775 and the start of the American Revolution. The services required are intended to provide lawn mowing and snow removal which complies with all applicable laws, rules, and regulations, and including all necessary supervision, tools, equipment including safety equipment, labor, transportation. The requirement includes a Base Period of 12 months and four 12-month Option Periods. ***** (vii) Date(s) and place(s) of delivery and acceptance: The Base Period of Performance (PoP) is 07/01/2021 to 06/30/2022 and the services are required for Minute Man National Historical Park located in the towns of Concord, Lincoln, and Lexington Massachusetts. The Option Period 1 PoP is 07/01/2022 to 06/30/2023. The Option Period 2 PoP is 07/01/2023 to 06/30/2024. The Option Period 3 PoP is 07/01/2024 to 06/30/2025. The Option Period 4 PoP is 07/01/2025 to 06/30/2026. ***** (viii) The incumbent contractor is: UPPER VALLEY LANDSCAPE INC., DUNS: 187244343 ***** (ix) FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision can be accessed at https://www.acquisition.gov/browsefar. In addition to the requirements noted in 52.212-1; quotes shall contain the documents and information noted in the ""Instructions to Offerors"" section of the attached Request for Quote (RFQ). ***** (x) FAR provision 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. The provision can be accessed at https://www.acquisition.gov/browsefar. The specific evaluation criteria to be included in paragraph (a) of the provision are noted below. ***** (xi) FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. Quoters shall complete provision 52.212-3 at the Government's System for Award Management (SAM), https://www.sam.gov/portal/SAM/#1. ***** (xii) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies this acquisition. Refer to attachment for a full listing of clauses and provisions applicable to this solicitation and the resultant purchase order. ***** (xiii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Refer to attachment for a full listing of clauses and provisions applicable to this solicitation and the resultant purchase order. ***** (xiv) Additional purchase order requirement(s) or terms and conditions: ***** a) Contract Type: The Government contemplates award of a commercial Firm-Fixed-Price Contract resulting from this solicitation. ***** b) Applicable FAR Parts: This acquisition is being conducted per the procedures authorized by FAR Parts 12, 13.5, and 37. ***** c) Subcontracting Plan: Not applicable. ***** d) Wage determination The attached Service Contract Labor Act Wage Determination, 2015-4047 Rev 15 applies to this solicitation and the subsequent purchase order. ***** e) Clauses: The attached purchase order clauses and provisions apply to this solicitation and the subsequent contract. ***** f) Pre-proposal Site Visit: See FAR clause 52.237-1, Site Visit, with Addendum 1 to 52.237-1 Site Visit in the attached clauses for detailed information. ***** g) Required Quote Submittal Contents: See SPECIAL NOTICE 1: SUBMIT WITH QUOTE in the attached clauses. ***** h) Evaluation Criteria: The Government will award a contract resulting from this solicitation to the 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: (Note: This solicitation is not stating nor required to state the relative importance assigned to each evaluation factor and/or sub factor (FAR 13.106-1(a)(2)).) (1) Price: The NPS shall analyze prices, in accordance with the FAR. Pricing must be determined fair and reasonable. (2) Technical: Demonstrated how the company will successfully meet the needs of the statement of work. (3) Past Performance: The past performance evaluation factor assesses the degree of confidence the Government has in an offeror's ability to supply products and services that meet users' needs, based on a demonstrated record of performance. The quoter must receive a satisfactory confidence rating where, based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. A satisfactory confidence rating is defined as demonstrated performance that meets/met contractual requirements. The contractual performance of the element or sub-element contains/contained some minor problems for which corrective actions taken by the contractor appear or were satisfactory. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ***** (xv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. ***** (xvi) The date, time and place Quotes are due: Submit to: David Barceleau at Contract_Specialist@nps.gov. Due Date / Time: Submit to insure Government receipt by 2:00 pm Eastern Daylight Time, 6/15/2021 ***** (xvii) Please contact David Barceleau at david_barceleau@nps.gov if you have any questions regarding this solicitation. *****
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/96f017de155f418a9ae64f347d22e9b4/view)
- Place of Performance
- Address: Concord, Lincoln. and Lexington , Concord, MA 01742, USA
- Zip Code: 01742
- Country: USA
- Zip Code: 01742
- Record
- SN06004020-F 20210519/210517230110 (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 |