Lawn Care Services, NWS Goodland, KS

expired opportunity(Expired)
From: Federal Government(Federal)
1333MH22QNWWR0010

Basic Details

started - 18 Feb, 2022 (about 2 years ago)

Start Date

18 Feb, 2022 (about 2 years ago)
due - 03 Mar, 2022 (about 2 years ago)

Due Date

03 Mar, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
1333MH22QNWWR0010

Identifier

1333MH22QNWWR0010
COMMERCE, DEPARTMENT OF

Customer / Agency

COMMERCE, DEPARTMENT OF (13221)NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (7322)DEPT OF COMMERCE NOAA (7105)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The U.S. Department of Commerce, National Weather Service is in need of lawn care services for a base period and four (4) option years at the Weather Forecast Office located in Goodland, KS in accordance with the attached Request for Quote. The contractor shall provide all personnel, labor, materials and equipment in accordance with the attached Statement of Work.Wage determinations for this location are attached to the solicitation. Any business capable of completing these services is encouraged to respond to this announcement. This service is being procured under the guidelines of FAR Part 13, Simplified Acquisition Procedures. This RFQ 1333MH22QNWWR0010 is 100 percent set-aside for small business concerns. The associated North American Industry Classification System (NAICS) code is 561730, which has a corresponding size standard of $8,000,000.00 or less. The government requires all contractors doing business with the government to be registered with the System for Award Management
(SAM). For additional information and to register in SAM, a free service, please access the following website: www.sam.gov 1-866-606-8220. In order to register with SAM and to be eligible to receive an award, all offerors must have a Dun & Bradstreet number, which may be acquired free of charge by contacting Dun & Bradstreet on line at http://fedgov.dnb.com/webform  or by phone at 1-866-705-5711. The government encourages all contractors to submit their Representations and Certifications on-line Business Partner Network (BPN) www.sam.gov  .The BPN is the single source for vendor data for the federal government. Award will not be made to any contractor that is not registered in SAM.IF GOING TO A GOVERNMENT SITE:In accordance with recent Federal COVID-19 protocols, effective 08/26/2021 and going forward, all on-site contractor employees will be required to complete the non-Federal Employee and Visitor Certification Form attached and carry a copy with them when reporting to any Department of Commerce (DOC) worksite. Additionally, those who do not certify they are fully vaccinated, or who decline to provide vaccination status, must obtain a negative COVID-19 test in order to access a DOC operating location or facility, per attached Senior Procurement Executive Message. Contractors are required to attest to their CO/COR or TPOC, in writing, that all on-site contractor employees are following this guidance.FACE COVERINGSNOAA is committed to taking appropriate safety precautions to support the health and well-being of our employees and affiliates in response to the COVID-19 pandemic and will continue to assess all measures necessary to mitigate risks to the spread of the disease consistent with guidance from the Centers for Disease Control and Prevention (CDC).To help slow the spread of COVID-19, CDC recommends the use of face coverings in public settings where other social distancing measures are difficult to maintain. NOAA personnel are strongly encouraged to follow CDC and State guidelines on the use of face coverings.All individuals inside NOAA occupied workplaces are required to wear face coverings until further notice and are encouraged to maintain social distancing guidelines. Face coverings should cover the nose and mouth, but do not need to be medical-grade masks. Face coverings can be cloth masks, scarves, and bandanas. Managers are responsible for determining social distancing practices in their individual offices.All responsible sources may submit a quotation which shall be considered by the agency. Quotes should be sent via e-mail to marion.smith@noaa.gov if you are not able to provide a quote by email please contact marion.smith@noaa.gov , 816-268-3104 (press 7 during voice message) and must be received on or before the date and time referenced on RFQ.  Instructions are included in the solicitation.Offeror InstructionsFaxed or mailed quotes will not be accepted.  Quotes should be e-mailed to marion.smith@noaa.gov .  E-mailed quotes must be received by the due date and time to be considered within the deadline.Quoters must submit all questions concerning this solicitation by e-mail within 5 days of the issuance of this solicitation.PER FAR CLAUSE 52.212-4(k), TAXES, THE CONTRACT PRICE INCLUDES ALL APPLICABLE FEDERAL, STATE, AND LOCAL TAXES AND DUTIES.  A TAX EXEMPT CERTIFICATE WILL NOT BE PROVIDEDSite VisitA site visit is strongly encouraged.  Quoters are strongly encouraged to inspect the site where services are to be performed and to satisfy themselves as to all general and local conditions that may affect the cost of the performance of the contract, to the extent such information is reasonably obtainable.  In no event will a failure to inspect the site constitute grounds for a claim after award of the contract.  Please contact Ed Holicky, 785-899-2360, ed.holicky@noaa.gov, to schedule a site visit.FAR 52.212-2 EVALUATION-COMMERCIAL PRODUCTS AND COMMERCIALSERVICES (NOV 2021), applies to this acquisition.Offers will be evaluated based on price and factors set forth in SAP. 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. Evaluation will be based on price and past performance.The government intends to award a lowest price technically acceptable (LPTA), firm fixed-price purchase order on an all or none basis with payment terms of Net 30.Options - The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).Contractors must be registered in the System for Award Management (SAM) at the time the quote is submitted.  It is highly recommended if you are not currently registered in SAM that you start this process as soon as possible.    You may register at sam.gov. A DUNS number is required. There is no charge for getting a DUNS number or registering in SAM. SAM HELPDESK 1-866-606-8220 or www.fsd.gov (NOTE: Beginning April 4, 2022 vendors will be recognized by their Unique Entity Identifier (UEI).The following information is to be returned:1. Page 1 (complete blocks 17a, 30a, 30b, and 30c) on SF1449.2.  Page 3 through 5 (fill in your quote/prices)List Per Job Price ______   Total of all jobs - Extended Price________CLIN 0001CLIN0002CLIN0003CLIN0004CLIN00053. Your Duns & Bradstreet (D&B) d-u-n-s number or Unique Entity Identifier.  If you do not have a DUNS number, you may request one at https://fedgov.dnb.com/webform.   DUNS#____________________________(NOTE: Beginning April 4, 2022 vendors will be recognized by their Unique Entity Identifier (UEI). 4. Contractor representations and certifications shall be completed in the system for award management (www.sam.gov).  Contractors shall provide a statement that they either are or are not registered and active in SAM.5. Your response to CAR Clause 1352.209-74(C), Organizational Conflict Of Interest.  Contractors shall provide a statement that they either do or do not have a conflict of interest. 6. As requested in CAR Clause 1352.213-70, Evaluation Utilizing SAP, provide your response to the factors used to evaluate quotes.Personal Qualifications, Price, and Past Performance.7. As requested in CAR Clause 1352.228-70, provide your insurance certificate.8. As requested in CAR Clause 1352.237-75, provide your key personnel name, title, and telephone number.9. RESPONSE TO FAR 52.209-11 and 52.204-25 in SAM.10. In accordance with NOAA Acquisition Manual 1330-52.222-70, NOAA Sexual Assault and Sexual Harassment Prevention and Response Policy, provide verification the vendor shall provide required training.11. An e-mail address and telephone number where you can be reached for future correspondence.EMAIL_____________________________CONTACT NAME_____________________CONTACT #_________________________Contractors who do not respond to items 1 through 11 may be considered non-compliant with the requirements of the solicitation and no further consideration shall be given for award.

Goodland ,
 KS  67735  USALocation

Place Of Performance : N/A

Country : United States

You may also like

LAWN CARE SERVICES

Due: 31 Mar, 2025 (in 12 months)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

IFB MSP Lawn Care 2024 All Locations

Due: 01 Apr, 2024 (in 2 days)Agency: Department of Maryland State Police

LAWN CARE TASK ORDER - ERIE VAMC

Due: 16 Mar, 2025 (in 11 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 561730Landscaping Services
pscCode S208Landscaping/Groundskeeping Services