Natick Base Snow Removal

expired opportunity(Expired)
From: Federal Government(Federal)
W911QY-23-R-SNOW

Basic Details

started - 05 Oct, 2022 (18 months ago)

Start Date

05 Oct, 2022 (18 months ago)
due - 05 Oct, 2022 (18 months ago)

Due Date

05 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
W911QY-23-R-SNOW

Identifier

W911QY-23-R-SNOW
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698498)DEPT OF THE ARMY (131660)AMC (72091)ACC (74428)ACC-CTRS (32603)ACC-APG (10624)W6QK ACC-APG NATICK (1278)
[object Object]

SetAside

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

Attachments (8)

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.

10/05/2022 Question and Answer Set 3 has been added as an attachment.9/22/2022 Question and Answer Set 2 has been added as an attachment.9/20/2022 A site visit will be held on Wednesday 28 September 2022.  Please see site visit attachments for details. 9/15/2022 Question and Answer Set 1 has been added as an attachment.  The Department of the Army, Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Division (ND), Natick, MA intends to procure non-personal snow removal services at the U.S. Army Soldier Systems Center.  The Soldier Systems Center is located in Natick, MA, in Middlesex County, and consists of approximately 87 acres and 50 buildings. This acquisition will be in support of the United States (US) Army Garrison Directorate of Public Works.This is a combined synopsis and solicitation for 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; proposals are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is W911QY-23-R-SNOW.It is intended to place a single firm fixed priced contract with the winning bidder.  All timely offers will be considered and proposal submission shall be in accordance with Submission Instructions contained herein.  Evaluation factors are Technical Capability, Price, and Past Performance.  The Government intends to make award to the Offeror whose proposal represents the Best Value to the Government.This requirement will be a small business set aside.  NAICS Code is 561730 Landscaping Services.  Size standard is $8,500,000.00.  The Army’s Office for Small Business Programs concurs with the small business set aside determination.  Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. FAR Clauses 52.212-1 through 52.212-5  and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement. The Government contemplates an award of a Firm-Fixed-Price Contract resulting from this solicitation. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award.  Instructions for registration are available at the website.  Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply.  The following addenda or additional terms and conditions apply:  In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater.  The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping.Offers should include price and delivery terms and the following additional information: Cage Code and UEI #. Submission Instructions:All other Offerors shall submit a proposal consisting of three sections. These three sections shall be labeled, Section I – Technical Proposal; Section II – Pricing Proposal; and Section III Past Performance. No Pricing Information shall be submitted in Section I.Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services.(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:(i) technical capability of services offered to meet Government requirements: The Contractor shall perform to the standards specified in the attached Performance Work Statement (PWS).The Contractor shall provide all personnel, equipment, supplies, tools, materials, supervision, and other items and non-personal services necessary as defined in this PWS.The Contractor shall ensure all work accomplished in the PWS meets all applicable Federal, State, and local laws, regulations, and directives to include, but not limited to, the publications in Section 7 of the attached PWS, and other related documents.The Contractor shall compile historical data, prepare required reports, and submit all information as specified by the deliverables section of the attached PWS.The Contractor shall ensure all work in support of mission requirements tendered to the Government for acceptance conform to the measurable performance standards of quality, timeliness, and quantity specified in the PWS.(ii) price: annual labor rate, labor hours, and detailed breakdown of pricing shall be submitted.  See the attached Snow Contract Line Item Breakdown excel for possible breakdown of costs.(iii) past performance: Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the Offeror. Offerors shall submit three (3) recent and relevant past performance examples performed within the last three yearsEach example shall not exceed two (2) pages and shall include the following:Contract number, date of award, order number if applicable, CAGE code, DUNS number, and North American Industry Classification System (NAICS) codeGovernment contracting activity, Contracting Officer name, telephone number, and email addressGovernment Contracting Officer Representative (COR) and/or technical representative, telephone number, and email addressIf Offeror performed as a subcontractor, prime contractor company name, point of contact name, telephone number, and email address in lieu of or in addition to the contact information required in (b) and (c) aboveContract typeAwarded price/costDescription of the specific tasks or activities performed by the Offeror itself under the contractNarrative: Offerors shall provide a narrative for each past performance example. The narrative shall describe the contract listed, the contract objectives achieved by the Offeror, and how the contract is relevant to the requirements of this solicitation.Offerors shall state if they have no recent or relevant past performance.In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.Technical and past performance, when combined, are more important than price. (b) 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).(c) 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.FAILURE TO SUBMIT A TIMELY PROPOSAL EXACTLY IN ACCORDANCE WITH THE SUBMISSION INSTRUCTIONS MAY RESULT INTHE OFFEROR’S PROPOSAL BEING REJECTED AS UNACCEPTABLE OR NONCOMPLIANT, AND THEREFORE INELIGIBLE FOR AWARD CONSIDERATION.All questions must be submitted at least 1 week prior to the response date.  Questions submitted after this date may not receive a response.  Offers may be e-mailed to brandon.j.rivett.civ@mail.mil. Required Period of Performance is a twelve (12) month base period followed by four (4) twelve (12) month options.  Offers must be received by 12:00 p.m. Eastern Standard Time on 05 October 2022.  Offers received after this date are late and will not be considered for award.  For information on this acquisition contact Brandon Rivett at brandon.j.rivett.civ@army.mil.

Natick ,
 MA  01760  USALocation

Place Of Performance : N/A

Country : United StatesState : MassachusettsCity : Natick

You may also like

SNOW REMOVAL

Due: 31 Oct, 2026 (in about 2 years)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Snow Removal M7B IMO South

Due: 31 Mar, 2024 (in 2 days)Agency: Virginia Department of Transportation

SNOW AND ICE REMOVAL SERVICES

Due: 31 Mar, 2029 (in about 5 years)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 S218Snow Removal/Salt Service (also spreading aggregate or other snow melting material)