Grassland Seeding (Соединенные Штаты Америки - Тендер #45321962) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Организатор тендера: DEPT OF THE AIR FORCE Номер конкурса: 45321962 Дата публикации: 23-08-2023 Источник тендера: Государственные закупки США |
||
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
(i) This is a combined synopsis/solicitation for commercial products or commercial services 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; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number FA660623Q0011, is hereby issued as a Request for Quotation (RFQ) for Grassland Seeding by Fire Unit #3. A contract may be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures.
(iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2024-04; Effective 06/02/2023, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 04/27/2023 and DAFFARS; Effective 07/07/2023. It is the contractors responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/.
(iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(a). The North American Industry Classification System Code (NAICS) is 561730- Landscaping Services; Small Business Size Standard is $9.5 million dollars.
(v) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable).
CLIN 0001, Grass Seed 7 lbs per acre with drill mechanical seeding, 1/LOT
(vi) Description of requirement: The vendor will provide Professional Landscaping Services to complete necessary seeding of little bluestem (Schizachyrium Scoparium) grass seed on
approximately 30 acres at Westover ARB. The grass seed will be planted by using a drill seed method with the rate of seed being 7 pounds per acre. The contractor shall provide all
personnel, equipment, tools, materials, supervision, and quality control necessary to complete this project.
Applicable documents:
Attachment 1 - PWS Perform Grassland Seeding - Fire Unit 3 20230728.pdf
Attachment 2 - SCA Wage Determination 2015-4095 Rev25.pdf
Attachment 3 - Provisions and Clauses-Landscaping Services.pdf
(vii) Acceptance and FOB destination: 439 MSG CE, 250 Patriot Avenue, Westover ARB, MA 01022-1670 United States
(viii) FAR Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
Contractor must include the following information with their quote: Pricing, Company Name & Address, Point of Contract, Telephone, Email, Cage Code, UEI number, and Business Size.
Contractor must certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, “Provisions and Clauses Fill In” and submitting it with their quotes.
Quotes shall include the following:
1. Pricing for CLIN 0001, CLIN 0002, and CLIN 0003
2. Service specifications in sufficient detail to ensure compliance with the technical objectives set forth in the PWS (Attachment 1 - PWS Perform Grassland Seeding - Fire Unit 3
20230728.pdf)
3. Any discount terms offered
4. Contractor’s name, address, CAGE code, & GSA Schedule (if applicable)
5. Contractor point of contact with email and phone number
6. Completed Provisions and Clauses (Attachment 3 - Provisions and Clauses-Landscaping Services.pdf)
7. Signed copy of Amendments (If Applicable)
Performance to start within 10 days after receipt of order and be complete within 30 days after receipt of order.
Offerors are responsible for verifying receipt of their proposals to this office before offer due date and time.
Any formal communication, once the formal solicitation has been issued, shall be submitted in writing (via email) to the POCs below. It is the offerors’ responsibility to confirm
receipt of all formal communications.
(ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition.
(x) Vendors must certify provision 52.212-3, Offeror Representations and Certifications-Commercial Items, if they have not completed the annual reps and certs in SAM, by filling in the
appropriate fields in attached PDF titled, “Provisions and Clauses Fill In” and submitting with your quote.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. The following
factors shall be used to evaluate offers:
1. Price
2. Technical Acceptability
*Technical Acceptability is achieved when offeror provides proof that the offeror meets the minimum standards of the requested requirement identified in CLIN 0001 above.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a
binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there
are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
(xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Workflow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.
(xv) Quotes must be submitted via email no later than date listed in this announcement to joshua.belliveau@us.af.mil and kyle.kiepke.1@us.af.mil with "Solicitation FA660623Q0011" in the subject line and company name. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 10 August 2023, 02:00 pm EDT.
(xvi) Questions concerning this soliciting should be directed to Joshua Belliveau at joshua.belliveau@us.af.mil and Kyle Kiepke at kyle.kiepke.1@us.af.mil.