The RFP Database
New business relationships start here

FIELD MOWING


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

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued.
(ii) This solicitation is issued as Request for Quote 140P4319Q0044.
(iii) The solicitation, provisions and clauses are those in effect through Federal Acquisition Circular 2019-03, Effective July 12, 2019, and the Department of the Interior Acquisition Regulation System (DIAR).
(iv) The proposed purchase order is 100% set-aside for small business concerns under NAICS code: 561730, Landscaping Services (https://www.census.gov/eos/www/naics/); Small business size standard: $7.5 million (https://www.sba.gov/contracting/getting-started-contractor/make-sure-you-meet-sba-size-standards/table-small-business-size-standards). All responsible small business concerns may submit a quote which shall be considered by the National Park Service (NPS).
(v) Refer to the price schedule on the attached Standard Form 1449 for a list of line item number(s) and items, quantities, and units of measure, (including option(s), if applicable).
(vi) Description of requirements for each line item: Contractor shall provide field mowing which complies with all applicable laws, rules, and regulations, and including all necessary supervision, tools, equipment including safety equipment, labor, transportation, at Minute Man National Historical Park located in the towns of Concord, Lincoln, and Lexington Massachusetts.
DELIVERABLES: Contractor will submit a copy of its Safety Program
A) Base Period: Fields shall be mowed at a height of 6B?. For quoting purposes, it is estimated that mowing operations will consist of one cut per field from September 2, 2019 through September 30, 2019 and one cut per field from May 25, 2020 through June 22, 2020 for a total of 2 cuts per field.
B) Option Period 1: Fields shall be mowed at a height of 6B?. For quoting purposes, it is estimated that mowing operations will consist of one cut per field from September 2, 2020 through September 30, 2020 and one cut per field from May 25, 2021 through June 22, 2021 for a total of 2 cuts per field.
C) Option Period 2: Fields shall be mowed at a height of 6B?. For quoting purposes, it is estimated that mowing operations will consist of one cut per field from September 2, 2021 through September 30, 2021 and one cut per field from May 25, 2022 through June 22, 2022 for a total of 2 cuts per field.
D) Option Period 3: Fields shall be mowed at a height of 6B?. For quoting purposes, it is estimated that mowing operations will consist of one cut per field from September 2, 2022 through September 30, 2022 and one cut per field from May 25, 2023 through June 22, 2023 for a total of 2 cuts per field.
E) Option Period 4: Fields shall be mowed at a height of 6B?. For quoting purposes, it is estimated that mowing operations will consist of one cut per field from September 2, 2023 through September 30, 2023 and one cut per field from May 25, 2024 through June 22, 2024 for a total of 4 cuts per field.
(vii) Date(s) and place(s) of delivery and acceptance and FOB point: See Deliverables of Periods of Performance.
Place of Delivery: Minute Man National Historical Park located in the towns of Concord, Lincoln, and Lexington Massachusetts.

(viii) FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision can be accessed at https://www.acquisition.gov/browsefar. In addition to the requirements noted in 52.212-1; quotes shall contain the documents and information noted in below.
(a) Completed Standard form 1449, with blocks 17a, 30a, 30b, and 30c filled in/signed. Also, Enter Firm-Fixed-Price in Block 24 for the Base Year and each Option Period. Offerors are required to submit, at a minimum, a quote that conforms to the solicitation documents with pricing for Base line items and all option line items. Failure to do so may render the quote unacceptable. On lump-sum line items, provide total price only.
(b) Name, email address, telephone number of 3 B? 5 references of similar work conducted within the last three years.
(ix) FAR provision 52.212-2, Evaluation -- Commercial Items, applies to this solicitation.
(a) The Government will award a purchase order 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:
The Government anticipates awarding a Firm-Fixed-Price (FFP) purchase order resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government considering price only.
(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 offerB?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.
(x) FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. Quoters shall complete provision 52.212-3 at the GovernmentB?s System for Award Management (SAM), https://www.sam.gov/portal/SAM/#1.
(xi) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
(xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses are cited: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-43, 52.222-50, 52.22-55, 52.222-62, 52.223-18, 52.223-20, 52.223-21, 52.225-1, 52.225-13, and 52.232-33.
(xiii) Additional contract requirement(s) or terms and conditions:
a) Contract Type: Firm-Fixed-Price.
b) Applicable FAR Parts: This acquisition is being conducted per the procedures authorized by FAR Parts 12, 13, and 37.
c) Clauses: See the attached provisions and clauses that apply to this solicitation and the subsequent purchase order.
d) Pre-quote Site Visit:
Offerors or quoters 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.
(c) To arrange a Site Visit contact Mr. Doug Law, 978-318-7823 or douglas_law@nps.gov.
(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation.
(xv) The date, time and place Quotes are due:
Submit to: David Barceleau at david_barceleau@nps.gov.
Due Date / Time: Submit so as to insure Government receipt by 2:00 pm Eastern, 08/09/2019.
(xvi) Kindly contact David Barceleau at david_barceleau@nps.gov if you have any questions regarding this solicitation.

Barceleau, David

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP