Lawn Care-DESO

Agency: INTERIOR, DEPARTMENT OF THE
State: Florida
Type of Government: Federal
FSC Category:
  • S - Utilities and Training Services
NAICS Category:
  • 561730 - Landscaping Services
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Oct 18, 2022
Due Date: Nov 29, 2022
Solicitation No: 140P5423Q0001
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Lawn Care-DESO
Active
Contract Opportunity
Notice ID
140P5423Q0001
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
SER SOUTH MABO (54000)
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 18, 2022 11:51 am EDT
  • Original Date Offers Due: Nov 29, 2022 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 09, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    8300 De Soto Memorial Highway , FL 34209
    USA
Description
Combined Synopsis/Solicitation for Commercial Items
FAR 12.603
General Information
Document Type: Combined Solicitation/Synopsis
Solicitation #: 140P5423Q0001
Posted Date: 18 Oct 22
Response Date: 29 Nov 22, 10am (ET)
Product or Service Code: S508 (Landscaping/Groundskeeping)
Set Aside: Total Small Business
NAICS Code: 561730 (Landscaping Services)

Contracting Office Address
NPS, SER - South MABO
40001 SR 9336
Homestead, FL 33034

Description: 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 is a total small business set aside in accordance with FAR 19.502-2. The principle NAICS is 561730 and size standard is $8M. The term of the contract will potentially be 1 base year and includes 4 option years.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 dated 09/23/2022. The FAC and FAR are available at https://www.acquisition.gov/FAR.

This synopsis page combined with the posted Standard Form 18, the attached statement of work (SOW) and the attached aerial map will make a complete solicitation package

This Acquisition may result in a firm fixed price order for a 12 month service with the potential of four additional option years.

The South Major Acquisition Buying Office (MABO), 40001 SR 9336, Homestead, FL 33034 is seeking to procure mowing and trimming (edging) services, within the boundaries of De Soto National Memorial, 8300 De Soto Memorial Highway, Bradenton, FL. A detailed Statement of Work (SOW) can be found in Attachment 1 and an aerial map in Attachment 2.

All interested companies shall provide a quote for services below by completing blocks 11e through 16 of the Solicitation form (SF -18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Your quote should contain only one (1) pdf with the completed SF18 along with your yearly price, your UEI (Unique Entity Identifier) an acknowledge any amendments in your email submitting your quote. You must include the Solicitation in the subject line of the email (140P5423Q0001) in all correspondence.

Performance Period: One base year with four possible option years.

PERFORMANCE LOCATION: De Soto National Memorial, 8300 De Soto Memorial Highway, Bradenton, FL. 34209.

INSPECTION: A group inspection is schedule for Nov 15, 2022 at 10:00am at De Soto National Memorial, 8300 De Soto Memorial Highway, Bradenton, FL. 34209. The purpose of this inspection is for contractors to ascertain the condition of the vessel which could materially affect costs. Any questions must be submitted in writing to the Contracting Officer at the email address below NO LATER THAN 10:00am (ET) on Nov 17, 2022. A summary of questions and answers arising from the inspection and/or review of the package will be provided to all prospective contractors as a reposting to the solicitation. Only those written answers provided to all offerors will be the Government's official response to questions. Information provided at this inspection shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. 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. We consider attendance at this inspection vital to the preparation of a competitive and cost effective offer, and to understand the total result desired by the Government. Failure to attend this inspection may not be used as an excuse for omissions or miscalculations in quotes. It is emphasized that it is most advantageous for each contractor to have qualified representation at the site inspection. NO individual site inspections will be conducted.

AWARD: The Contracting Officer anticipates awarding a FIRM FIXED PRICE purchase order around the beginning of December 2022 (for the base period of Dec 2022 through Dec 2023 and up to four option years), to the firm that presents the best value to the government.
*********************
The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/?utm_medium=email&utm_source=govdelivery

The following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, `Instructions to Offerors¿Commercial Items¿ (Nov 2021)
2. FAR 52.212-2, `Evaluation ¿ Commercial Items¿ Nov 2021)

3. FAR 52.212-3, `Offerors Representations and Certifications¿Commercial Items¿ (May 2022)

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:
-FAR 52.212-4, `Contract Terms and Conditions¿Commercial Items¿ (Nov 2021)
-FAR 52.212-5, `Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items¿ (May 2022)

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 (June 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, 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 (JUL 2013) (41 U.S.C. 2313), 52.219-28, Post Award Small Business Program Representation (Sep 2021) (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 (Jun 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 (Nov 2021) (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 (Jan 2021) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (Nov 2021) (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 (Jan 2021), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021), 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 (Jan 2022) (E.O. 13658)

52.202-1 Definitions. (Jun 2020)
52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (Jun 2020)
52.203-98 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-02) (Feb 2015)
52.203-99 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02) (Mar 2015)
52.204-8 Annual Representations and Certifications (Sep 2021)
52.204-13 System for Award Management Maintenance (Jul 2013)
52.204-18 Commercial and Government Entity Code Maintenance. (Aug 2020)
52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014)
52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Nov 2021)
52.211-8 Time of Delivery (Nov 2016)
52.212-3 Offeror Representations and Certifications ¿ Commercial Items (Dec 2016)
52.212-4 Contract Terms and Conditions ¿ Commercial Items (Jan 2017)
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 (Sep 2021)
52.219-6 Notice of Total Small Business Set-Aside (Mar 2020)
52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000.00 (May 2014)
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)
52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. (Oct 2021) (DEVIATION)
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. (Nov 2021)
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)
*************************************************************************************

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:

$200,000.00 each person
$300,000.00 each occurrence
$300,000.00 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.

Performance/compliance delinquencies and communication/management issues will be documented in the official file and may be used as a reference for contract history, regardless of the value of the action.
*************************************************************************************

Contractor Performance Information (DIAPR) 2010-14, Amendment 1
Contractor Performance Assessment Reporting System (JULY 2010)

DOI Agency Protests
(a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may:
(1) Protest to the Contracting Officer;
(2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or
(3) Appeal a contracting officer¿s decision to the Bureau Procurement Chief.

(b) Requests for Bureau Procurement Chief review should be addressed to:

Mary Stefanos
Mary_Stefanos@nps.gov

c) Requesting independent agency review will not extend the Government Accountability Office¿s (GAO¿s) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause)

*********************************************************************************************
SCA Wage Determination # WD 2015-4547 (Rev# 20) dated 06/06/2022 for Manatee County is applicable. It can be found at Manatee County SCA WD or https://sam.gov/wage-determination/2015-4547/20
*********************************************************************************************

52.217-5 Evaluation of Options. (JUL 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision)

52.217-9 Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed
5 years, 6 months. (End of clause)

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (Mar 2000)
a) The Government may extend the term of this contract by written notice to the Contractor within 15 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months.

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 to have 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 to exceed 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 11e through 16 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Your quote should contain one (1) pdf with the completed SF18 and additional pages within the one pdf must include your UEI (Unique Entity Identifier pricing on the standard form 18 along with an acknowledge any amendments in your email submitting your quote. You must include the Solicitation in the subject line of the email (140P5423Q0001) in all correspondence.

All quotations shall be submitted via email to Mary_Stefanos@nps.gov. 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 10am ET on (Nov 29, 2022). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Confirmation of receipt does not mean your quote was reviewed for completeness.

This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order 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 accept all the terms and conditions of the Solicitation.

EVALUATION CRITERIA: Award shall be made to the quoter whose quotation offers the best value to the government, considering price and information from other sources to evaluate past performance. This includes, but is not limited to, Contractor Performance Assessment Reporting System (CPARS). Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. Price and other information obtained are all equally weighed.

QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/ET on Nov 17, 2022 to be addressed. 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. No oral or late questions will be accepted.

******************************
Attachments:
SF18
Atch 1-Statement of Work (SOW)
Atch 2-Aerial Map

Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 40001 SR 9336 XXXX
  • HOMESTEAD , FL 33034
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 18, 2022 11:51 am EDTCombined Synopsis/Solicitation (Original)

Related Document

Nov 17, 2022[Combined Synopsis/Solicitation (Updated)] S--Lawn Care-DESO
Nov 30, 2022[Award Notice (Original)] S--Lawn Care-DESO

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

solicitation contact notes open bid date ITB 2023-08OCSA Solid Waste and Recycling Disposal

University of Central Florida

Bid Due: 4/30/2024

Sod and Sod Services OPEN 24-B-107JS 0 4/2/2024 5/2/2024

Volusia County

Bid Due: 5/02/2024

Follow Janitorial Services at the Jacksonville National Cemetery -- S201 Active Contract Opportunity

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/03/2024

Landscape Maintenance Services at Siesta Beach and Phillippi Estate Park OPEN 0 4/1/2024

Sarasota County

Bid Due: 5/01/2024