Grounds maintenance performed at the National Weather Service remote site located at Camano Island, WA
COMBINED SYNOPSIS/SOLICITATION Grounds maintenance performed at the National Weather Service remote site located at Camano Island, WA. The following information is provided in accordance with FAR 5.20... COMBINED SYNOPSIS/SOLICITATION Grounds maintenance performed at the National Weather Service remote site located at Camano Island, WA. The following information is provided in accordance with FAR 5.207(c): • A National Stock Number is not assigned to this requirement. • This requirement is for non-personal commercial grounds maintenance services to include mowing grass and removing debris. The contractor shall provide all labor, tools, materials, and equipment necessary to perform the work. There is not a qualification requirement for this service. • There is no specific manufacturer or part number for this service. • The service is required 7 months of the year (May through September and March and April) as needed to maintain the grass at a height between 2 and 4 inches. The area being maintained is approximately 10,000 square feet. • This requirement is a base period of one year and four separately priced options of 7 months of service. • The service destination is 220 Chase Way, Camano Island, WA 98282. • The service schedule is as needed to maintain the grass to the specified height based on the growing conditions. A schedule of anticipated service frequency shall be submitted to the Meteorologist in Charge within 7 days of contract award. • This requirement includes sustainable acquisition requirements for biobased products; see biopreferred.gov. • Award of the contract will be made after a written request for quotation. The anticipated award date is April 29, 2020. The following information is provided in accordance with FAR 12.603 (c)(2) (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation number is 1333MH20QNWWT0018 and is issued as a request for quotation (RFQ). A firm-fixed price contract is anticipated to result from this RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. (iv) This solicitation is being issued as a total small business set-aside. The associated NAICS code is 561730. The small business size standard is $8.0m. (v) The line item numbers, items, quantities, and units of measure, including options, are as follows: • Line Item: 0001 Item Description: Base period. Grounds maintenance in accordance with the statement of work. Quantity: 7 Unit of Measure: MO • Line Item: 1001 Item Description: Option 1. Grounds maintenance in accordance with the statement of work. Quantity: 7 Unit of Measure: MO • Line Item: 2001 Item Description: Option 2. Grounds maintenance in accordance with the statement of work. Quantity: 7 Unit of Measure: MO • Line Item: 3001 Item Description: Option 3. Grounds maintenance in accordance with the statement of work. Quantity: 7 Unit of Measure: MO • Line Item: 4001 Item Description: Option 4. Grounds maintenance in accordance with the statement of work. Quantity: 7 Unit of Measure: MO (vi) A description of requirements for the items to be acquired is provided in the attached Statement of Need. The Department of Labor Service Contract Labor Standards Wage Determinations for Island County, WA apply and can be found on beta.sam.gov under WD 15-5547 (rev.-12), dated December 23, 2019. (vii) Dates and places of performance and acceptance: Service will occur as scheduled with the requiring office upon contract award. The periods of performance, for the base period and each option, are as follows: • Base Period: May 1, 2020 through April 30, 2021. 7 months, May 1 through September 30 and March 1 through April 30. • Option 1: May 1, 2021 through April 30, 2022. 7 months, May 1 through September 30 and March 1 through April 30. • Option 2: May 1, 2022 through April 30, 2023. 7 months, May 1 through September 30 and March 1 through April 30. • Option 3: May 1, 2023 through April 30, 2024. 7 months, May 1 through September 30 and March 1 through April 30. • Option 4: May 1, 2024 through April 30, 2025. 7 months, May 1 through September 30 and March 1 through April 30. The place of performance and acceptance will be at the National Weather Service remote site located at 220 Chase Way, Camano Island, WA 98282. Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise. (viii) FAR 52.212-1, Instructions to Offerors -- Commercial Items (MAR 2020), applies to this acquisition and requires a capability statement and references to be provided with the quote in order to establish management capability and past performance, respectively. Quotes may be submitted on the provided pricing sheet, if preferred, but is not required. All quotes must include business contact information (business name, phone number and email address) and pricing for all separately-price line items in order to be considered responsive. PRE-BID SITE VISIT: All vendors are strongly encouraged to attend a Site Visit. To request a site visit, contact Dwight Williams, Phone: 206-526-6095, email: dwight.williams@noaa.gov at least 24 hours in advance of your desired time. Vendors are urged and expected 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. (ix) FAR 52.212-2, Evaluation—Commercial Items (OCT 2014), applies. The specific evaluation criteria to be used in paragraph (a) are, in order of importance: price, past performance, and compliance with solicitation requirements. Past performance and compliance with solicitation requirements, when combined, are approximately equal to price alone. (x) FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (MAR 2020), must be completed and included with the quote. (xi) FAR 52.212-4, Contract Terms and Conditions—Commercial Items (OCT 2018)(DEVIATION 2017-02), applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (MAR 2020)(DEVIATION 2019-03)(JUN 2019), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15 U.S.C. 644) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)) 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2020) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Oct 2018) (31 U.S.C. 3332) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706) (xiii) Additional contract requirements and terms and conditions that apply to this acquisition are provided in the attached Clauses and Provisions. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (xv) Quotes are due to the contracting office no later than 12:00 P.M. Mountain Time on Thursday, April 29, 2020. All quotes must be emailed to the attention of Jen Brown, email address is jen.brown@noaa.gov. Due to current mandatory telework requirements for Department of Commerce employees during the pandemic, a fax machine is not readily available to receive quotes. If you need to send your quote by fax rather than by email, please contact Jen Brown at 801-524-5125 x239 in advance to make fax arrangements. (xvi) For information regarding this solicitation, contact Jen Brown, E-mail address: jen.brown@noaa.gov, Phone: 801-524-5125 x239.
Data sourced from SAM.gov.
View Official Posting »