Golf Course Tree Removal
COMBINED SYNOPSIS/SOLICITATION ‘COMBO': Tree Removal/Root Pruning/Canopy Pruning (i) This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Sub... COMBINED SYNOPSIS/SOLICITATION ‘COMBO': Tree Removal/Root Pruning/Canopy Pruning (i) This is a combined synopsis/solicitation for a commercial service 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA4407-19-Q-2001 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 20 Dec 2018. The DFARS provisions and clauses are those in effect to DPN 20180928, effective 26 Oct 2018. The AFFARS provisions and clauses are those in effect to AFAC 2018-0525, effective 25 May 2018. (iv) This requirement is solicited under 100% Small Business Set-Aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 561730, Landscaping Services, with a small business size standard of $7.5M. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: See Pricing Schedule (vii) Period of Performance (POP) shall be two (2) weeks after delivery of contract (ADC) at the following location: Cardinal Creek Golf Course 1192 Golf Course Rd Scott AFB, IL 62225 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: Part 1 - Technical Acceptability - Submit one (1) copy of technical acceptability narrative. Part 2 - Price to include all options - Submit one (1) copy of price schedule and any pertinent additional information. 3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications in Attachment 2. Price and technical acceptability will be considered. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Total Price to include all options (b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting following criteria: Minimum Qualifications: Contractor must be able to provide the services described herein. (d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Nov 2017), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Jul 2018), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-10 Reporting on Subcontracting Awards Oct 2016 FAR 52.204-9 Personal Identity Verification of Contract Personnel Jan 2011 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.212-1 Instructions to Offerors- Commercial Items Jan 2017 FAR 52.212-2 Evaluation- Commercial Items Oct 2014 FAR 52.212-3 Offeror Representations and Certifications- Commercial Items Nov 2017 FAR 52.212-4 Contract Terms and Conditions Commercial Items Jan 2017 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Jul 2018 FAR 52.219-28 Post Award SB Representation Program Jul 2013 FAR 52.219-6 Notice of Total Small Business Set-aside Nov 2011 FAR 52.222-41 Service Contract Labor Standards May 2014 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014 FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment May 2014 FAR 52.222-55 Minimum Wages Under Executive Order 13658 Dec 2015 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr 1984 FAR 52.252-1 Solicitation Provisions Incorporated by Reference Feb 1998 FAR 52.252-2 Clauses Incorporated by Reference Feb 1998 DFARS 252.225-7048 Export Controlled Items Jun 2013 AFFARS 5352.223-9001 Health and Safety on Government Installations. Nov 2012 AFFARS 5352.242-9000 Contractor access to Air Force installations. Nov 2012 (xii) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to the following personnel: 375th Contracting Squadron/PKB Attn: SSgt William Tucker / 6182563139 / william.tucker.22@us.af.mil A site visit will be held 5 Feb 2019 at 10:00 A.M. All contractors interested in attending, shall submit the following information to william.tucker.22@us.af.mil by 01 Feb 2019. - Full Name (Exactly as it appears on ID) - Birth Date Quotes are due no later than 2 PM CST on 12 Feb 2019; quotes shall include the following: Part 1-Technical Acceptability - Submit one (1) copy of technical acceptability narrative. Part 2 - Price - Submit one (1) copy of price schedule as well as any additional pertinent information BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations shall be submitted to SSgt William Tucker at william.tucker.22@us.af.mil. For information regarding this solicitation, contact the same. List of Attachments: Attachment 1: Pricing Schedule Attachment 2: Statement of Work (SOW) Attachment 3: General Provisions, 03 April 2018 Attachment 1: PRICING SCHEDULE FA4407-19-Q-2001 Vendor Name: GSA Contract #: LINE ITEM DESCRIPTION QTY UI UNIT PRICE EXTENDED PRICE 0001 Tree Removal/Root Pruning/Canopy Pruning IAW Attachment 2 1 Job 0002 Option 2 IAW Attachment 2 1 Job 0003 Option 3 IAW Attachment 2 1 Job TOTAL PRICE: ***Quotes will be evaluated on total price to include all options*** ***Quotes must be good for a minimum of 60 days from close of solicitation*** Vendors may, at their discretion, provide additional time. THIS QUOTE EXPIRES ON: _________________________ Business Size: ?Small ?Large ?Women-Owned ?Veteran-Owned ?Other:__________________________ Delivery Date (Mandatory): Net Terms (Mandatory): DUNS: Printed Name Title Signature Date NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »