Combine Solicitation – PROVIDE LANDSCAPING SERVICES AT THE NW FISHERIES SCIENCE CENTER IN SEATTLE WA
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: PROVIDE LANDSCAPING SERVICES AT THE NW FISHERIES SCIENCE
Classification Code: S - Utilities and housekeeping services
Solicitation Number: AB133F-14-RQ-0328
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): 2725 Montlake Blvd EastSeattle, WA
Place of Performance (zipcode): 98112
Place of Performance Country: US
Description:
Western Region Acquisition Division
PROVIDE ALL LABOR, MATERIAL, AND EQUIPMENT FOR LANDSCAPING SERVICES FOR THE NORTHWEST FISHERIES SCIENCE
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated
(IV) This solicitation is total small business set aside. The associated NAICS code is 561730. The small business size standard is
(V) This combined solicitation/synopsis is for purchase of the following commercial services: Line Item 0001 - Provide all labor, material, and equipment to provide landscaping services at the
(VI) Description of requirements is as follows: See attached Statement of Work.
(VII) Period of performance shall be: Base period
(VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (
The offerer will submit a quotation for the items in Section (V).
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the quoter. In addition to written price quotes, offers are instructed to provide: 1. Quotes shall be fully executed and returned on the Standard Form (SF) 18 and any acknowledgements of solicitation amendments on the SF 30. 2. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to [email protected]. 3. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number 4. Provide all evaluation criteria in accordance with 52.212-2 in this package.
contact CHRIS LEUCKEN AT (206) 860-3424 OR [email protected] TO INSPECT SITE PRIOR TO QUOTING. OFFERORS OR QUOTERS ARE URGED 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. SITE WALK-THROUGH WITH POTENTIAL QUOTERS WILL BE HELD ON
(IX) FAR 52.212-2, Evaluation - Commercial Items (
(X) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (
(d) Representations required to implement provisions of Executive Order 11246-(1) Previous contracts and compliance. The offeror represents that- (i) It ____ has, ____ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It ____ has, ____ has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that- (i) It ____ has developed and has on file, ____ has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It ____ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.
(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed
[List as necessary]
(3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25.
(g)(1) Buy American Act-Free Trade Agreements- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals- (1) ____ Are, ____ are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) ____ Have, ____ have not, within a three-year period pre- ceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) ____ Are, ____ are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) ____ Have, ____ have not, within a three-year period pre- ceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds
(2) Certification [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.
(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) ____ In
[ ] (2) Certain services described in FAR 22.1003-4(d0(1). The offeror ____ does ____ does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause.
(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the
(4) Type of organization. ____ Sole proprietorship; ____ Partnership; ____ Corporate entity (not tax-exempt); ____ Corporate entity (tax-exempt); ____ Government entity (Federal, State, or local); ____ Foreign government; ____ International organization per 26 CFR 1.6049-4; ____ Other .
(5) Common parent. ____ Offeror is not owned or controlled by a common parent; ____ Name and TIN of common parent: Name _. TIN _.
(m) Restricted business operations in
BIOBASED PRODUCT CERTIFICATION (
(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (
(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (
(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (
The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (
(XIII) The following additional FAR terms and conditions are also applicable to this acquisition:
52.252-1
(End of provision)
52.252-2 Clauses Incorporated By Reference (
(End of Clause)
52.204-7 System for Award Management (
52.214-34 Submission of Offers in the English Language (
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (
52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (
DEPARTMENT OF COMMERCE CLAUSES: For a full text of clauses, please refer to: http://www.ecfr.gov/cgi-bin/text-idx c=ecfr&sid=982355beb3082d26423318a148c19c0c&rgn=div5&view=text&node=48:5.0.6.43.1&idno=48
1352.201-70, Contracting Officer's Authority (
1352.215-72 Inquiries (
1352.233-70 Agency Protests (
(b) Agency protests filed with the Contracting Officer shall be sent to the following address: Clifford Edwards Western Acquisitions Division 325 East Broadway Boulder CO 80305-3328 FAX:
(c) Agency protests filed with the agency
(d) A complete copy of all agency protests, including all attachments, shall be served upon the
(e) Service upon the Contract Law Division shall be made as follows:
1352.233-71 GAO and
(a) A protest may be filed with either the
(End of clause)
1352.270-70 Period of performance (
(a) The base period of performance of this contract is
The notice requirements for unilateral exercise of option periods are set out in FAR 52.217-9.
(End of clause)
(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply.
(XV) Quotes are required to be received in the contracting office no later than
(XVI) Any questions regarding this solicitation should be directed to [email protected] or by fax at (206) 527-5848.
Link/URL: https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-14-RQ-0328/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 7662 |
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News