Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2023 SAM #7838
MODIFICATION

F -- NAMA Stump Removal

Notice Date
5/12/2023 10:49:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6023Q0021
 
Response Due
5/30/2023 11:00:00 AM
 
Archive Date
06/14/2023
 
Point of Contact
Clark, Dorinda, Phone: 4022784475
 
E-Mail Address
dorinda_clark@nps.gov
(dorinda_clark@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NAMA, Stump Removals 140P6023Q0021 (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; quotes are being requested and a written solicitation will not be issued. (ii) The National Park service is issuing this request for quote (RFQ) 140P6023Q0021, for the performance of total removal of stumps as identified around the National Mall and Memorial Parks, in accordance with the provided Scope of Work (SOW). The area of operations shall be as follows: The National Mall, DuPont Circle, Logan Circle, Vermont Ave. & 10th St. NW, Scott Circle, Farragut Square Park, Rawlings Park, Lincoln Memorial Volleyball Courts, Ash Woods, West Potomac Park (WWP) Ohio Dr., river, Jefferson Memorial, and Hains Point. All responsible sources may submit a quote that shall be considered by the agency. The Solicitation Number is 140P6023Q0021 and is issued as a Request for Quotation (RFQ) under Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement has been set aside for Total Small Business Set Aside competition in accordance with FAR 52.219-6 - Notice of Set-Aside for, or Sole Source Award to, Total Small Business Set Aside Concerns Eligible Under the Total Small Business Set Aside, under NAICS Code 561730 -Landscaping Services Contractors with a small business size standard of $9.5M. (v) Line items: 10- NAMA, Stump Removals (vi) The acquisition is for the performance of stump removals at National Mall and Memorial Parks (NAMA). Locations include: The National Mall, DuPont Circle, Logan Circle, Vermont Ave. & 10th St. NW, Scott Circle, Farragut Square Park, Rawlings Park, Lincoln Memorial Volleyball Courts, Ash Woods, West Potomac Park (WWP) Ohio Dr., river, Jefferson Memorial, and Hains Point. The work will be accomplished through contract and will consist of the components discussed in the statement of work. Product and services offered to the Government under this purchase shall meet or exceed the following in accordance with the attached Statement of Work (SOW). Interested Parties shall submit quotes to Dorinda Clark via email at dorinda_clark@nps.gov. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: 140 days from award Location: The National Mall, DuPont Circle, Logan Circle, Vermont Ave. & 10th St. NW, Scott Circle, Farragut Square Park, Rawlings Park, Lincoln Memorial Volleyball Courts, Ash Woods, West Potomac Park (WWP) Ohio Dr., river, Jefferson Memorial, and Hains Point. (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) in the terms and conditions) Any questions pertaining to this solicitation must be sent via email to dorinda_clark@nps.gov on or before May 18, 2023, at 1:00 pm CDT. All questions will be answered in an Amendment to this solicitation and posted on or about May 25, 2023. (ix) 52.212-2, Evaluation-Commercial Products and Commercial Services Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (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/. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 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): 52.204-10, 52.209-6, 52.219-28, 52.219-30, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-53, 52.222-55, 52.222-62, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) The Contractor shall comply with the attached terms and conditions applicable to acquisitions of commercial items. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: 1. Scope of Work 2. Past Performance Questionnaire 3. DOL Wage Determination 4. SF-18 (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before May 30, 2023, at 1:00 pm CDT. Quotes shall be submitted electronically to dorinda_clark@nps.gov (xvi) Contract Administration Data Dorinda Clark Contract Specialist DOI, National Park Service, Interior Region 3,4,5 MWRO Major Acquisition Buying Office 601 Riverfront Drive Omaha, NE 68102-4226 Phone: 402-278-4475 Email: dorinda_clark@nps.gov See all solicitation documents for full details.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f1fc85ba3f64e10bd454cac42e37b70/view)
 
Place of Performance
Address: East Potomac Maintenance Yard 1100 Buckeye Drive, SW, Washington, DC 20024-2000, USA
Zip Code: 20024-2000
Country: USA
 
Record
SN06680700-F 20230514/230512230106 (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.