The RFP Database
New business relationships start here

Maintenance Free Landscaping


Massachusetts, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation for Maintenance Free Landscaping
Location Building: Vandenberg Drive, B1534 and B1538 at Hanscom AFB
Contract Specialist: Tim Prymak
PCO: SSgt Christian Salinas

1.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.


2.Solicitation Number is being issued as a Request for Quote (RFQ). F2B3AQ8257A004


3.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-100.


4.A notice regarding any set-aside: Total Small Business Set Aside with NAICS Code 561730 (Landscaping Services) and a Small Business Size Standard of $7.5 million.


5.Contract Line Item Number(s) (CLINs) and items, quantities and units of measure, (including option(s), if applicable):


CONTRACT LINE
ITEM NO. (CLIN) SUPPLIES/SERVICE QTY UNIT
NON-PERSONAL SERVICES:
0001 Vandenburg Drive Traffic Islands 1 Job
0002 (Option): B1534 (Shoppette) 1 Job
0003 (Option): B1538 (Theater) 1 Job



6.Description of requirements for the items/services to be acquired:



Provide landscape and hardscape elements of three different areas on the installation as defined and detailed by the project drawings. The Contractor's proposal shall include the scope of work of all three areas but clearly separate the costs for each area as per the Contracting Line Item Numbers (CLINs) delineated below. It is the intent of the Government to establish proposed Contractor pricing that fully incorporates the principle of "economies of scale" by completing similar areas of work, with similar materials, and similar construction requirements simultaneously in one contract.
This project is intended to provide a revised layout and configuration of the landscape and hardscape elements of three different areas on the installation in accordance with all applicable National, Air Force, State and local building codes and regulations as well as fully in accordance with the Hanscom Air Force Base Landscape Design Guidelines. This work will consist of supplying/furnishing all labor, materials, tools, equipment, shop drawings, and expenses necessary to accomplish the work described below in compliance with the Commonwealth of Massachusetts Building Code and Massachusetts General Law requirements, Unified Facilities Criteria (UFC) state and federal codes, base standards and manufacturer's instructions. Where there is a conflict between nationally recognized codes and local codes, the most stringent shall apply. Effective immediately: Due to safety concerns the use of manhole fixed ladders on Hanscom AFB is prohibited for the purpose of entry and egress is prohibited. An alternative means is authorized (i.e. appropriate portable ladder/personnel lowering device).
ALL WORK, WHERE APPLICABLE, SHALL BE IN ACCORDANCE WITH THE HANSCOM AIR FORCE BASE LANDSCAPE STANDARDS, PUBLISHED 27 JUNE 2017, THIS SCOPE OF WORK (SOW), AND THE PROJECT DRAWINGS.



7.Period of Performance: 90 Days after award of contract


Place(s) of Delivery and Acceptance: Hanscom Air Force Base, MA
with FOB Point: Destination



8.Attachments to this Combined Synopsis/Solicitation:


a) Statement of Work (SOW)
b) Project Drawings
c) Hanscom Air Force Base Landscape Standards (HLS)
d) Bid Schedule



9. The provision at FAR 52.212-1 Instructions to Offerors apply to this acquisition. The following is to be added to Instructions to Offerors FAR 52.212-1(b):
a.Please provide your price quote on your company's letterhead.
b.The proposal in its entirety shall not exceed twenty (20) pages, double sided.
c.All questions are due before 10:00AM EST, Monday, 24 September 2018; answers will be posted NLT Close of Business on Monday, 24 September 2018.
d.Do not post offers to FedBizOpps.
e.Offers shall be emailed to both: timothy.prymak@us.af.mil and christian.salinas@us.af.mil.
f.Offers are due before 10:00AM EST, Tuesday, 25 September 2018.
g.A site visit will be held on Hanscom AFB on Friday, 21 September 2018 beginning at 10:00 AM EST. Please be at the Hanscom AFB Visitor Control Center at Bldg. 1617, Old Bedford Rd., Hanscom AFB, MA, 01731 (Vandenburg Gate) no later than 9:30 AM EDT to allow enough time to obtain visitor passes. The contractor shall obtain base identification and vehicle passes for all visitors. You must contact Tim Prymak at timothy.prymak@us.af.mil and SSgt Christian Salinas at christian.salinas@us.af.mil by COB on Thursday, 20 September 2018 to register for the site visit to gain access to the base. All contractors MUST pre-register in order to attend. Each individual must posses a valid form of ID, driver's license or passport, and registration and proof of insurance for each vehicle, including rentals. Please be aware that despite the legalization of marijuana possession in the Commonwealth of Massachusetts, under 21 U.S.C. § 812 and 21 U.S.C. § 844 marijuana possession remains a federal offense, and it is not allowed on Federal installations, including Hanscom AFB.



9.The name, telephone number and email of the individuals to contact for information regarding the solicitation: Contract Specialist Tim Prymak, Duty Phone - 781-225-0154, email - timothy.prymak@us.af.mil and Contracting Officer - Staff Sergeant Christian Salinas, Duty Phone - 781-225-0198, email - christian.salinas@us.af.mil.


10.Defense Priorities and Allocations System (DPAS) Rating: Not Applicable


11.The provision at 52.212-2 Evaluation - Commercial Items applies to this acquisition.
(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. The following factors shall be used to evaluate offers:


Factor 1 - Technical Factor:


a) The proposal meets the requirements as stated in the Statement of Work(SOW)
b) The vendor shall be registered in the System for Award Management (SAM)


Vendors will be evaluated as acceptable or unacceptable according to the following definitions:


Acceptable: The proposal clearly meets the minimum requirements of the solicitation.
Unacceptable: The proposal does not meet the minimum requirements of the solicitation.


To receive a Technically Acceptable rating ALL required documentation must be evaluated as technically acceptable.


Factor 2 - Price: ONLY quotes that are evaluated as Technically Acceptable will be evaluated for Price. The price evaluated for this factor will be the sum required to complete the project in its entirety. Price will be evaluated for reasonableness in accordance with FAR 13.106-2.


Award will be made on the basis of the Lowest Evaluated Price of Technically Acceptable quotes in accordance with FAR 13.106-2 to the contractor who is determined to be responsible in accordance with FAR 9.103.


(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.


12.If any vendor has not completed the provision FAR 52.212-3 with Alt 1, Offeror Representations and Certifications -- Commercial Items electronically at the System for Award Management (SAM) http://www.sam.gov website, the vendor shall complete only paragraphs (c) through (o) of this provision and submit it in their proposal. A vendor shall complete only paragraph (b) of this provision if sections of their electronic Reps and Certs are updated or are not applicable for/to this specific solicitation.


13.The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition.


14.The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (DEVIATION 2013-O0019) applies to this acquisition. The following additional FAR clauses cited in 52.212-5 apply: FAR 52.222-50



15.FAR 52.252-1: Solicitation Provisions Incorporated by Reference
States that, this solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address: http://farsite.hill.af.mil


Provisions Incorporated by Reference
FAR 52.225-25: Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran--Representation And Certifications. (Oct 2015);
FAR 52.203-18: Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation;
FAR 52.204-7: System for Award Management;
FAR 52.204-16: Commercial and Government Entity Code Reporting;
FAR 52.204-17: Ownership or Control of Offeror;
FAR 52.222-22: Previouse Contracts and Compliance Reports
FAR 52.222-25: Affirmative Action Compliance


16. Provisions Incorporated in Full Text


52.217-5 Evaluation of Options


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)

17.FAR 52.252-2: Clauses Incorporated by Reference.
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://farsite.hil.af.mil/


Clauses Incorporated by Reference
FAR 52.203-19: Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements;
FAR 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015)
FAR 52.204-13: System for Award Management Maintenance;
FAR 52.204-18: Commercial and Government Entity Code Maintenance;
FAR 52.204-19: Incorporation by Reference of Representations and Certifications;
FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems;
FAR 52.209-2: Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015);
FAR 52.209-10: Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015);
FAR 52.219-6: Notice of Total Small Business Set-Aside;
FAR 52.219-28: Post-Award Small Business Program Representation;
FAR 52.222-3: Convict Labor;
FAR 52.223-18: Encouraging Contractor Policies to Ban Text Messaging While Driving;
FAR 52.225-13: Restriction on Certain Foreign Purchases;
FAR 52.232-11: Extras (APR 1984)
FAR 52.232-33: Payment by Electronic Funds Transfer-System for Award Management;
FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors;
FAR 52.233-3: Protest after Award;
FAR 52.233-4: Applicable Law for Breach of Contract Claim;
FAR 52.253-1: Computer Generated Forms (JAN 1991)
DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (SEP 2013)
DFARS 252.204-7003: Control of Government Personnel Work Product;
DFARS 252.211-7003: Item Unique Identification and Valuation
DFARS 252-225-7048: Export-Controlled Items (JUN 2013)
DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports;
DFARS 252.232-7010: Levies on Contract Payments;



Clause Incorporated in Full Text:


FAR 52.217-8 Option to Extend Services


The Government may require continued performance of any services within the limits and
at the rates specified in the contract. These rates may be adjusted only as a result of
revisions to prevailing labor rates provided by the Secretary of Labor. The option
provision may be exercised more than once, but the total extension of performance
hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by
written notice to the Contractor within 60 Days for the preliminary and 30 days to
exercise the option.
(End of Clause)



FAR 52.217-9 Option to Extend the Term of the Contract


(a) The Government may extend the term of this contract by written notice to the
Contractor within 10 days of the end of the period of performance; provided that the
Government gives the Contractor a preliminary written notice of its intent to extend at
least 10 daysbefore 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 3 years 6 months.
(End of Clause)

DFARS 252.232-7006: Wide Area Workflow Payment Instructions (MAY 2013)


(a) Definitions. As used in this clause-
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.



Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC F03000
Issue By DoDAAC FA2835
Admin DoDAAC FA2835
Inspect By DoDAAC F2B3AQ
Ship To Code F2B3AQ
Ship From Code TBD
Mark For Code
Service Approver (DoDAAC)
Service Acceptor (DoDAAC)
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
66cpts.fmz.systems@us.af.mil
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)


AFFARS 5352.242-9000: Contractor Access to Air Force Installations (Nov 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)
AFFARS 5352.201-9101: OMBUDSMAN (JUN 2016)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.


(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).


(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman,


Lt Col Peter Sandness
Ombudsman
AFLCMC/AQ-AZ
Acquisition Excellence Directorate
(937) 255-5512 or DSN 785-5512
Email: peter.sandness@us.af.mil
2640 Loop Road West
Wright Patterson AFB, OH 45433


Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)
AFFARS 5352.223-9001: HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012)
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.
(End of clause)


Timothy J. Prymak, Contract Specialist, Phone 7812250154, Email timothy.prymak@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP