LANDSCAPE MAINTENANCE IN HANFORD, CA

expired opportunity(Expired)
From: Federal Government(Federal)
1333MH24Q0012

Basic Details

started - 08 Apr, 2024 (21 days ago)

Start Date

08 Apr, 2024 (21 days ago)
due - 17 Apr, 2024 (12 days ago)

Due Date

17 Apr, 2024 (12 days ago)
Bid Notification

Type

Bid Notification
1333MH24Q0012

Identifier

1333MH24Q0012
COMMERCE, DEPARTMENT OF

Customer / Agency

COMMERCE, DEPARTMENT OF (13431)NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (7456)DEPT OF COMMERCE NOAA (7231)
[object Object]

SetAside

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

Submit all questions concerning this solicitation electronically through FedConnect.net.COMBINED SYNOPSIS/SOLICITATIONLandscape maintenance services at the National Weather Service office in Hanford, CAQuotes Must Comply With INSTRUCTIONS TO OFFERORS Provided In Paragraph (viii) On Page 3The following information is provided in accordance with FAR 5.207(a)(16) and 5.207(c):(1) A National Stock Number is not assigned to this requirement.(2) This requirement is for ongoing commercial landscape maintenance services performed in accordance with the attached statement of work. There is not a qualification requirement for this product.(3) There is no specific manufacturer or part number for this requirement.(4) There is no size, dimension, or other form, fit, or function description for this requirement.(5) There is no predominant material for this requirement.(6) The requirement is for a quantity of 11 months of service for the base period and 12 months of service for each of four option
periods. The maximum quantity of months of service, if all options are exercised, is 4 years 11 months.(7) The unit of issue is MO (Month).(8) The work will be performed at:National Weather Service900 Foggy Bottom RoadHanford, CA 93230(9) Schedule. The work will be performed at a frequency in accordance with the schedule proposed by the contractor to be best suited to maintain the grounds in accordance with the requirements in the statement of work.(10) Duration of the contract period. The base contract period is May 1, 2024 through March 31, 2025. The final contract end date, if all options are exercised, is March 31, 2029.(11) This requirement includes sustainable acquisition requirements for biobased products and environmentally preferable materials (see FAR 23.1 Sustainable Acquisition Policy).(12) The procedures to be used in awarding the contract is through a request for quotations via this combined synopsis/solicitation. The anticipated award date is April 18, 2024.(13) This is not an Architect-Engineer requirement.(14) This requirement does not include Trade Agreement clauses.(15) This requirement is not non-competitive.(16) All responsible sources may submit a quotation, which shall be considered by the agency.(17) This solicitation is synopsized and available through the Government Point of Entry, Contract Opportunities, at sam.gov and FedConnect.net.(18) This solicitation is made available to interested parties through electronic data interchange at FedConnect.net.FEDCONNECT® ELECTRONIC SUBMISSION OF PROPOSALS/BIDS/ OFFERS/QUOTESElectronic submission of proposals, bids, offers, or quotes is required and shall only be considered if submitted through the FedConnect® web portal. Any proposals, bids, offers, or quotes submitted by any other method may only be considered if the offeror obtains prior written approval from the contracting officer before the established due date and time for receipt of proposals, bids, offers or quotes. FedConnect® may be accessed at https://www.fedconnect.net/Fedconnect/. All responses to solicitation questions will be released via FedConnect®. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net . There is no charge for registration in or use of FedConnect®.(End)(19) Technical data required to respond to the solicitation is contained herein.The following information is provided in accordance with FAR 12.603(c)(2):(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.(ii) This solicitation number is 1333MH24Q0012 and is issued as a request for quotation (RFQ). A firm-fixed price purchase order is anticipated to result from this RFQ.(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, February 23, 2024.(iv) This solicitation is being issued as a total small business set-aside. The associated NAICS code is 561730. The small business size standard is $9.5M.(v) The line item numbers, items, quantities, and units of measure, including options, are as follows:Line Item: 0001 Quantity: 11 Unit of Measure: MonthServices, non-personal, to include all equipment, labor, and materials necessary to perform landscape maintenance service for the National Weather Service Weather Forecast Office located in Hanford, CA, in accordance with the attached Statement Of Work. The period of service is May 1, 2024 through March 31, 2025.Line Item: 1001 Quantity: 12 Unit of Measure: MonthServices, non-personal, to include all equipment, labor, and materials necessary to perform landscape maintenance service for the National Weather Service Weather Forecast Office located in Hanford, CA, in accordance with the attached Statement Of Work. The period of service is April 1, 2025 through March 31, 2026.Line Item: 2001 Quantity: 12 Unit of Measure: MonthServices, non-personal, to include all equipment, labor, and materials necessary to perform landscape maintenance service for the National Weather Service Weather Forecast Office located in Hanford, CA, in accordance with the attached Statement Of Work. The period of service is April 1, 2026 through March 31, 2027.Line Item: 3001 Quantity: 12 Unit of Measure: MonthServices, non-personal, to include all equipment, labor, and materials necessary to perform landscape maintenance service for the National Weather Service Weather Forecast Office located in Hanford, CA, in accordance with the attached Statement Of Work. The period of service is April 1, 2027 through March 31, 2028.Line Item: 4001 Quantity: 12 Unit of Measure: MonthServices, non-personal, to include all equipment, labor, and materials necessary to perform landscape maintenance service for the National Weather Service Weather Forecast Office located in Hanford, CA, in accordance with the attached Statement Of Work. The period of service is April 1, 2028 through March 31, 2029.(vi) A description of requirements for the items to be acquired is provided in the attached Statement of Work.Dates and places of delivery and acceptance:All work will be performed and accepted on site at:National Weather Service900 Foggy Bottom RoadHanford, CA 93230The periods of performance for each line item are:Base Period 05/01/2024 – 03/31/2025Option Period 1 04/01/2025 – 03/31/2026Option Period 2 04/01/2026 – 03/31/2027Option Period 3 04/01/2027 – 03/31/2028Option Period 4 04/01/2028 – 03/31/2029(vii) INSTRUCTIONS TO OFFERORSFAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023), applies to this acquisition. This is a Best Value acquisition.PRE-BID SITE VISIT: All interested vendors are strongly encouraged to attend a Site Visit. To request a site visit, contact the Weather Forecast Office at (559) 584-0583 x222 or x221, at least 24 hours in advance of your desired time.Vendors are urged and expected 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.NOTICE TO OFFERORS: Instructions for submitting quotes under this RFQ must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Quotes that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Offerors must have an active registration in the System for Award Management (SAM) at sam.gov to be eligible for award.The Government does not accept responsibility for non-receipt of quotes. It is the offeror’s responsibility to request and receive a confirmation of the quote receipt from the appropriate Government point of contact.QUOTES MUST INCLUDE THE FOLLOWING:• Business name, Unique Entity Identifier for active SAM.gov profile, and point of contact name with a valid phone number and email address.• Pricing, to include:Base Period: $ __________ per month x 11 months $__________ total priceOption Period 1: $ __________ per month x 12 months $__________ total priceOption Period 2: $ __________ per month x 12 months $__________ total priceOption Period 3: $ __________ per month x 12 months $__________ total priceOption Period 4: $ __________ per month x 12 months $__________ total priceNon-price: Identify available Start Date. Either May 1, 2024 or __________ # of days after notice of award.The quote must affirmatively acknowledge acceptance of all clauses and provisions. Be sure to complete pricing information for all line items, including the price per unit and the extended total price per line item. Page limit: no more than 2 pages.• References. At least 3 references, no more than 5. Include the reference Business Name, concise nature of the job/project, point of contact name, and phone number. Email address for each reference is preferred but not mandatory. If you do not have professional references because we would be your business's first contract, provide a statement to this effect; references for other work performed should be submitted instead. Page limit: no more than 2 pages.• Technical Capabilities statement briefly describing your ability and experience to provide this service. Must include technical approach, including sample service schedule according to the statement of work; quality assurance plan, etc. Page limit: no more than 4 pages.• If your SAM.gov Reps & Certs are current, accurate, complete, and applicable to this solicitation, and require no changes applicable to this specific requirement, then you do not need to include 52.212-3 in your quote.• Do not submit additional documents or pages not asked for above. Page limit for the entire quote package is no more than 8 pages. Reps & Certs at 52.212-3 do not count toward the page count. All documents must be provided in PDF format. Font shall be at least 10 point size.(viii) FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (NOV 2021) applies. Award will be made on a best value basis, with price and other factors considered. The specific evaluation criteria to be used in paragraph (a) are: technical capability (not limited to: technical approach, staffing, ability to meet start date), past performance, price, adherence to sustainable acquisition, and compliance with solicitation requirements.In accordance with FAR 12.602 Streamlined evaluation of offers, relative importance of evaluation factors is not required when using simplified acquisition procedures. Quotes will be evaluated in accordance with the above factors, and the procedures at FAR 13.106-2 Evaluation of quotations or offers.(ix) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (FEB 2024), must be completed and included with the quote.If your SAM.gov Reps & Certs are current, accurate, complete, and applicable to this solicitation, and require no changes applicable to this specific requirement, then you may incorporate 52.212-3 by reference to your sam.gov profile.(x) FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023), applies to this acquisition.(xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (FEB 2024)(Deviation 2024-03) (OCT 2023) (Deviation 2023-03) (DEC 2022) (Deviation 2021-06) (SEP 2021), applies to this acquisition. The additional FAR clauses applicable to the acquisition are provided in the clause list incorporated in the SF 1449.(xii) Additional contract requirements and terms and conditions that apply to this acquisition are provided in the attached SF 1449. Department of Labor Wage Determination No. 2015-5611, Revision No. 21 dated 12/26/2023 is also attached and applies to all line items, and can be found on sam.gov.(xiii) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply.(xiv) Quotes are due to the contracting office no later than 8:00 am MDT on Wednesday, April 17, 2024. All quotes must be submitted via FedConnect, as described in Paragraph (18) on page 1 of this document.(xv) Submit all questions concerning this solicitation electronically through FedConnect. If you’re unable to submit questions through FedConnect, you may contact Jen Brown directly, E-mail address: jen.brown@noaa.gov, Phone: 385-258-1061. However, note that even if provided in other form, only question responses submitted in FedConnect will govern performance of the contract.

900 FOGGY BOTTOM ROAD  Hanford ,
 CA   USALocation

Place Of Performance : 900 FOGGY BOTTOM ROAD

Country : United StatesState : CaliforniaCity : Hanford

Office Address : NWS FIELD DELEGATES 601 EAST 12TH STREET SUITE 1746 KANSAS CITY , MO 64106 USA

Country : United StatesState : MissouriCity : Kansas City

You may also like

Landscape Maintenance

Due: 24 May, 2024 (in 24 days)Agency: Town of Morrisville

Repair and maintenance of landscape equipment [Other (Competitive) / AE24488801M]

Due: 30 Jun, 2024 (in 2 months)Agency: Public Works, Sanitation

Landscape Maintenance

Due: 30 Apr, 2024 (Tomorrow)Agency: Port of Everett

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