Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

Z -- REPLACE NAVIGATIONAL AIDS, HOMESTEAD FL

Notice Date
8/14/2020 11:10:19 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
SER De Soto MABO Bradenton FL 34209 USA
 
ZIP Code
34209
 
Solicitation Number
140P5520Q0010
 
Response Due
9/4/2020 12:00:00 AM
 
Archive Date
09/19/2020
 
Point of Contact
Wood, Lara
 
E-Mail Address
Lara_Wood@nps.gov
(Lara_Wood@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
See attached PDF for a clearly formatted version of the below information. Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation #: 140P5520Q0010 Posted Date: 14 August 2020 Response Date: September 4, 2020 @ 10:00 am EDT Product or Service Code: Z2PZ-Repair or Alteration of Other non-building facilities Set Aside: Total Small Business NAICS Code: 237990-Other Heavy and Civil Engineering Construction Contracting Office Address NPS, SER - Storm Recovery Program 8300 De Soto Memorial Hwy Bradenton, FL 34209 Description: The National Park Service�Interior Region 2-Storm Recovery Program, 8300 De Soto Memorial Hwy, FL 34209 - is seeking to procure the services to replace navigational aids for Biscayne National Park. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 dated June 05, 2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 237990, with a small business size standard of $36.5 million. This synopsis page combined with the posted Standard Form 18 and the attached Statement of Work (SOW) (attachment #1) and photos (attachment #2) will make a complete solicitation package. A fully formatted version of this solicitation is also attached. The Government intends to award a Firm-Fixed Price Contract to the offeror that provides the best value to the Government based on pricing, technical capability and approach, and past performance, in accordance with the specifications provided without conducting discussions in accordance with FAR 13.106-2. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. Companies must have a valid DUNS number and be registered within the System for Award Management (www.sam.gov). An offeror must ensure that they are self-certified under NAICS 237990 in the Representations and Certifications portion of www.sam.gov. All interested companies shall provide a quote for the job on the SF 18 to include your total price and your DUNS number on the form, your projected timeline and your proposed technical approach to the project along with an acknowledgement of any amendments. All interested companies shall provide a quote for the following: Item Description Quantity U/I Unit Price Total Price Pelican Bay Replace signs & hardware 1 job _________ _________ Featherbeds Replace signs & hardware 1 job __________ __________ Pile Removal 3 job ___________ __________ Performance Period: is anticipated to be 90 days after receiving Notice to Proceed Project Location: Biscayne National Park. See Statement of Work for marker coordinates. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1) FAR 52.212-1 - Instructions to Offerors_Commercial Items (JUN 2020) 2) FAR 52.212-2 - Evaluation_Commercial Items (OCT 2014) 3) FAR 52.212-3 - Offerors Representations and Certifications_Commercial Items (JUN 2020) Offerors must complete annual representations and certifications on-line at https://www.sam.gov in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 1) FAR 52.212-4 - Contract Terms and Conditions_Commercial Items (OCT 2018) 2) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUL 2020) The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (JUN 2020), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (JUN 2020) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313), 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 Representation (MAY 2020) (15 U.S.C. 632(a)(2)), FAR 52.219-30 (MAR 2020), FAR 52.222-3, Convict Labor (JUN 2003)(E.O. 11755); 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (MAY 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (MAY 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (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), and 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (DEC 2019) 52.202-01 Definitions (JUN 2020) 52.203-18 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements Representation (JAN 2017) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-8 Annual Representations and Certifications (MAR 2020) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.211-8 Time of Delivery (JUN 1997) 52.212-3 Offeror Representations and Certifications_Commercial Items (JUN 2020) 52.212-4 Contract Terms and Conditions_Commercial Items (OCT 2018) 52.213-1 Fast Payment Procedure (MAY 2006) 52.215-6 Place of Performance (OCT 1997) 52.215-8 Order of Precedence_Uniform Contract Format (OCT 1997) 52.216-1 Type of Contract (APR 1984) 52.219-1 Small Business Program Representation (MAR 2020) 52.219-6 Notice of Total Small Business Set-Aside (MAR 2020) 52.219-28 Post-Award Small Business Program Representation (MAY 2020) 52.222-3 Convict Labor (JUN 2003) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment (JUN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-2 Affirmative Procurement of Biobased Products Under Service Construction Contracts (SEP 2013) 52.223-6 Drug-Free Workplace (MAY 2001) 52.223-17 Affirmative Procurement of EPA-designated Items in Service & Construction Contracts (AUG 2018) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.225-18 Place of Manufacture (AUG 2018) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (JUN 2020) 52.232-1 Payments (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.242-15 Stop-Work Order (AUG 1989) 52.253-1 Computer Generated Forms (JAN 1991) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior (APR 1984) ******************************************************************************************************* ***SCA Wage Determination # WD 2015-4544 (Rev.15) dated 05/01/2020 for Dade County is applicable*** 145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $ 50,000.00 each person $100,000.00 each occurrence $100,000.00 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System (JULY 2010) DIAR 1452.201-70 AUTHORITIES AND DELEGATIONS (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers having been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers exceeding the COR�s appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor�s risk. (End of Clause) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right-hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, period of performance and itemized information regarding tasks completed. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. (End of Clause) ******************************************************************************************************* ALL quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18) and Price Schedule. The SF-18 & Price Schedule are attached to this solicitation for pricing information only. Award will be made on SF-1449. You must include your total price and your DUNS number on the form and include a list of any recent federal projects reflecting applicable technical capability, your projected timeline and your proposed technical approach to the project along with an acknowledgement for any amendments in your email submitting your quote. SITE VISIT: A formal site visit is not planned. All areas are open to the public for inspection. Contractors are encouraged to look on their own to ascertain the complexities along with general local conditions which could materially affect conduct of operations of the cost thereof. QUESTIONS: Email any questions to the Contracting Officer at Lara_Wood@nps.gov no later than 10:00 a.m. EDT on AUGUST 31, 2020. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. No oral or late questions will be accepted. QUOTES: All quotations shall be submitted via email to Lara_Wood@nps.gov by SEPTEMBER 4, 2020. Emailed confirmation of offer will be sent by the government. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received by the deadline of 10:00 a.m. EDT on SEPTEMBER 4, 2020. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). This is a small business competed combined synopsis/solicitation for supplies with installation as defined herein. The government intends to award a service contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. By signing the SF-18, the contractor accepts all the terms and conditions of the Solicitation. This is an all-or-none solicitation. EVALUATION CRITERIA: Award shall be made to the quoter whose quotation offers the best value to the Government, considering price, past performance, technical approach and proposed timeline, which are all equally weighted. The Contracting Officer may use information from other sources to evaluate past performance. This includes, but is not limited to, Past Performance Information Retrieval System (PPIRS). Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. Attachments: SF 18, Statement of Work, Photos, Wage Rates, Price Schedule Point of Contact: Lara Wood, Contracting Officer, Lara_Wood@nps.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/07c8af183a2a4585bae71a9194cf6c34/view)
 
Record
SN05758655-F 20200816/200814230153 (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  © 1994-2020, Loren Data Corp.