- Home/
- United States/
- DEPT OF THE ARMY USA/
- Overview
DEPT OF THE ARMY USA Tender
DEPT OF THE ARMY USA Tender
Costs
Summary
New 5 Year Pest Control Services
Description
Description: Combined Synopsis/solicitation-w912ep25r0011 this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In The Federal Acquisition Regulation (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. The Government Reserves The Right To Award Without Discussions. In Accordance With Far 5.207(c)(16)(i), All Responsible Sources May Submit A Bid, Proposal, Or Quotation Which Shall Be Considered By The Agency. the Combined Synopsis/solicitation Number: W912ep25r0011 this Is A Request For Proposal (rfp) And Incorporates Far Provisions And Clauses In Effect Through Federal Acquisition Circular (fac) 2024-06 30 Jul 2024). the U.s. Army Corps Of Engineers (usace), Jacksonville District, Procurement Section Is Seeking The Acquisition Of A 5 Year Pest Control Services Contract To Control Undesirable Pests, Insects, And Rodents At Government Facilities And Two Tugboat Vessels Located Within The South Florida Operations Office Geographical Area Of Responsibility. Pesticide Applications Will Be Required At Office Buildings, Recreation Area Restrooms, Maintenance Compound Buildings, And Structure Control Buildings, To Include Treatment For Fire Ants And Mounds On Lawns And Public Access Areas. Contractor Will Also Be Responsible For Pesticide Treatment And Rodent Control For Two Tugboat Vessels. usace Jacksonville District Anticipates Awarding One (1) Non-personal Services Contract To Perform The Services Listed Above. the Requirement Is A 100% Small Business Set-aside. this Requirement Will Be For A Firm-fixed Price (ffp) Contract. the North American Industry Classification System (naics) Code Assigned To This Procurement Is 561710 - Exterminating And Pest Control Services And Size Standards Is $17.5 Million. the Contractor Shall Provide Pesticide Application Services To Control Undesirable Pests And Insects At A Variety Of Government Facilities Located Interior And Exterior Within The South Florida Operations Office Geographical Area Of Responsibility. Contractor Will Also Be Responsible For Pesticide Treatment And Rodent Control For Two Tugboat Vessels. Treatment For Tugboat Vessels Will Vary On Month-to-month Basis Depending On Location Of Vessels, Which Will Be Scheduled By The Cor. The Contractor Shall Be Responsible For Existing Rodent Bait Stations And Furnish More If Needed. Pesticide Applications Will Be Required At Office Buildings, Recreation Area Restrooms, Maintenance Compound Buildings And Structure Control Buildings, And Grounds, Or As Directed By The Cor. Within Thirty (30) Days Of Award The Contractor Shall Provide A Pest Control Plan To The Cor For Approval, To Include: Chemicals To Be Used, Application Rates, Disposal Procedures For Unused Chemical Containers, Record Keeping Procedure, Material Safety Data Sheets, Applicator Licensing Procedures, And User/public Safety Precautions. Apply Appropriate Pesticides At All South Florida Operations Office Locations, Including All Locks And Recreation Areas, And Structures Monthly, To Control Ants, Roaches, Spiders, Wasps, Ticks, Bees, Rodents, Termites, Or Any Other Pest Identified As Causing A Problem Or Nuisance. Pest Control Applications Applied More Than Once Per Month Will Be At No Cost To The Government If Effective Control Was Not Achieved On First Application. See “appendix A” In Attached Performance Work Statement (pws) For Building And Square Footages. period Of Performance: One Year, With Four (4) One-year Options. place Of Performance: The South Florida Operations Office Geographical Area Of Responsibility, Which Includes, Central And Southern Florida, From Cape Canaveral In The North To The Florida Everglades In The South, And From The Atlantic Coast In The East To The Gulf Of Mexico In The West. Locations Of Facilities See “appendix B” In Attached Pws. see Below And Attached Performance Work Statement) clin description base Year 0001 pest Control Services the Contractor Shall Provide Pesticide Application Services To Control Undesirable Pests And Insects At A Variety Of Government Facilities Located Interior And Exterior Within The South Florida Operations Office Geographical Area Of Responsibility. Contractor Will Also Be Responsible For Pesticide Treatment And Rodent Control For Two Tugboat Vessels As Defined In The Performance Work Statement (pws). Unit Pricing Shall Be Submitted On The Attached Price Sheet 0002 pest Control Services 0003 pest Control Services 0004 pest Control Services 0005 pest Control Services 0006 pest Control Services option Year 1 1001 pest Control Services 1002 pest Control Services 1003 pest Control Services 1004 pest Control Services 1005 pest Control Services 1006 pest Control Services option Year 2 2001 pest Control Services 2002 pest Control Services 2003 pest Control Services 2004 pest Control Services 2005 pest Control Services 2006 pest Control Services option Year 3 3001 pest Control Services 3002 pest Control Services 3003 pest Control Services 3004 pest Control Services 3005 pest Control Services 3006 pest Control Services option Year 4 4001 pest Control Services 4002 pest Control Services 4003 pest Control Services 4004 pest Control Services 4005 pest Control Services 4006 pest Control Services the Provision At 52.212-1 Instructions To Offerors -- Commercial, Applies To This Acquisition. addendum To 52.212-1 questions: Any Questions Regarding This Solicitation Should Be Submitted Via Email To Glenn.i.jenkinson@usace.army.mil And Gerald.l.garvey@usace.army.mil Not Later Than 1200 Pm Est On 13 February 2025. proposal Content – The Proposal Shall Have A Title Page Identifying The Offeror, The Full Address, Phone And Facsimile Numbers, Points Of Contact (pocs) And Commercial And Government Entity (cage) Code Of The Offeror, The Solicitation Number And Its Contents. All Proposal Documents When Printed Shall Fit On 8 X 11-inch Paper To Include Spreadsheets (with Appropriate Page Breaks). The Proposal Shall Be, At A Minimum, 12-point Font (8 Point Is Acceptable For Tables/graphics). Ensure The Proposal Is Submitted In Pdf Format. Spreadsheets Shall Be Submitted In Excel Document Format. proposals Shall Be Responsive To And Comply With The Terms Of This Combined Synopsis/solicitation In Order To Be Eligible To Receive An Award. All Combined Synopsis/solicitation Requirements Shall Be Addressed In Sufficient Written Detail For The Government To Determine If The Offeror Understands Each Aspect Of The Government’s Requirement. The Offeror Shall Address Each Task Separately And Shall Provide Sufficient Narrative And Supporting Data For Each Task. Lack Of Sufficient Detail Shall Be Considered Sufficient Cause For The Proposal To Be Determined Unacceptable. Statements That The Offeror Understands, Can, Or Will Comply With All Specifications, Or Statements Paraphrasing The Specifications Or Parts Thereof, Or Phrases Such As “standard Procedures Will Be Used” Or “well-known Techniques Will Be Used” Will Be Considered Unacceptable. The Government Will Reject The Proposal If Determined To Be Materially Nonresponsive Or That Does Not Conform To The Terms Of The Combined Synopsis/solicitation. to Be Eligible To Receive An Award, The Proposal Submitted In Response To This Combined Synopsis/solicitation Shall Consist Of The Contents Required In The Sub-paragraphs Described Below: offerors Shall Submit Signed And Dated Proposals To The Recipients Listed Below And/or To The Office Indicated In Block 9 Of The Standard Form (sf) 1449, Solicitation/contract/order For Commercial Items, To Arrive No Later Than The Date And Time Specified In Block 8, Sf 1449. The Proposal Shall Have A Title Page Identifying The Offeror, The Full Address, Phone Numbers, Points Of Contact (pocs) Of The Offeror, The Solicitation Number, And Its Contents. the Proposal Shall Be Prepared In Four (4) Separate Volumes As Follows: volume I-administrative volume Ii-technical (factor1) volume Iii-past Performance (factor 2) volume Iv-pricing (factor 3) administrative -offeror Shall Include A Copy Of The Completed Sf1449, With Original Signature Of A Corporate Officer Authorized To Negotiate On Behalf Of The Company. Include Proposed Discount Terms In Block 12 And The Name Of The Company, Address, Phone, And Email Address In Block 17a. acknowledge Any Amendments To The Solicitation By Signing And Returning Page 1 Of The Sf30, If Any Are Issued. the Offeror Shall Submit A Completed Copy Of Far 52.212-3 (alternate I), Representations And Certifications – Commercial Items. If The Offeror Has Completed The Online Representations And Certifications Application At Http://www.sam.gov/, The Offeror Shall Indicate Such On The Far Clause. offerors Submitting An Offer As A Joint Venture Must Provide A Written Copy Of The Joint Venture Agreement With The Initial Proposal. The Joint Venture Agreement Must Be Signed By Both Parties And Will Be Subject To Review By Office Of Counsel. The Joint Venture Must Be Registered In The Sam System As A Joint Venture In Order For An Award To Be Made. For 8(a) Joint Ventures, The Offeror Shall Also Submit Evidence That It Has Notified And Discussed The Proposed Joint Venture With Its Sba Services Office. In Addition, The Standard Form 1449 As Well As All Future Documents (task Orders, Etc.) Must Be Signed By Both Parties. the Offeror Shall Provide, With Its Proposal, Points Of Contact (pocs) For Administration Of Any Resulting Contract, Should The Offeror Be Selected. These Pocs Shall Be Available During Normal Business Hours And Other Than Normal Business Hours. The Poc For Other Than Normal Business Hours Will Be Contacted Only In The Event Of Emergencies. Accordingly, The Named Individual(s) Should Possess Sufficient Corporate Authority To Effectively Deal With Emergency Situations. The Telephone Number(s) Provided Should Be Functional At All Times Other Than Normal Business Hours. If There Are Different Pocs For Different Conditions, Such As Weekdays, Weekends, Holidays, Etc.; Please Furnish All And Explain As Follows: offeror’s Normal Business Hours/days. pocs During Normal Business Hours. pocs For Other Than Normal Business Hour completed Determination Of Responsibility Form, Including The Firm’s Latest Financial Statements And Signed Reference On Letterhead From Financial Institution(s) Supporting Banking Reference(s). If The Offeror Is A Joint Venture, Financial Statements Must Be Provided From All Members Of The Joint Venture To Verify That The Aggregate Total Of Receipts For All Members Of The Joint Venture Does Not Exceed The Small Business Standard. In Addition, A Copy Of The Joint Venture Agreement Shall Be Provided. The Determination Of Responsibility Form Is Not Considered For Evaluation But Is Required As Part Of The Offeror’s Proposal. In Addition To Other Proposal Information, The Contracting Officer Shall Use The Information Provided In The Determination Of Responsibility Form In Making An Affirmative Responsibility Determination For Award To The Successful Offeror, In Accordance With Far Part 9. technical ( Factor1) Each Offeror’s Technical Proposal Shall Be Evaluated Based On The Elements Below, To Determine If The Offeror Provides A Sound, Compliant Approach That Meets The Overall Requirements Of The Performance Work Statement (pws), Provided Herein, And Demonstrates A Thorough Knowledge And Understanding Of Those Requirements And Their Associated Risks. The Technical Proposal Addresses Each Of The Following Sub- Paragraphs In Sufficient Detail. subfactor I-management, Overview, Capabilities And Approach subfactor Ii-organization And Personnel if The Offeror Is A Joint Venture, Each Firm Shall Provide Information, Demonstrating Experience Relevant To Their Role On This Project. The Offeror Shall Describe What Measures And Controls Will Be Taken To Ensure That Quality Control Inspections Are Met. The Offeror Shall Include Discussion Of Any Current Or Proposed Quality Control Documents And/or Reports That Will Be Used To Support Their Quality Control Program And Inspection System. the Offeror Shall Describe In Detail The Procedures They Would Use For Deficiency Identification, Correction, And Control Of All Services Provided For This Requirement. The Offeror Shall Describe What Measures They Would Take To Resolve Any Deficiencies. The Offeror Shall Discuss Their Plan To Prevent Recurrence Of Identified Performance Deficiencies. The Offeror Shall Outline Their Plan To Respond To Re-work In Accordance With The Performance Work Statement. The Offeror Shall Describe What Measures Will Be Taken To Avoid Re-work. past Performance (factor2)- The Offeror Shall Submit Evidence Of Past Performance For Three (3) Contracts That The Offeror Currently Has Or Has Completed Within The Past Five (5) Years Under Which The Offeror Performed Services As Described In The Performance Work Statement, In The Public And/or Private Sector. Offerors That Are Newly Formed Entities Without Prior Contract Experience Shall Provide A List Of References Where Their Key Personnel Worked On The Same Or Similar Contracts. For Each Contract, Include The Following: (1) Name, Address, Point Of Contact, And Phone Number Of The Facility; (2) Contract Number, Award Date, Number Of Options, Completion Date, And Contract Type (e.g., Indefinite- Delivery Indefinite Quantity (idiq), Firm-fixed-price), Type Of Competition Held, If Any (e.g., Sole Source, Full And Open); (3) Itemized Description Of Services, To Include The Size Of The Facility (square Footage And Bed Capacity); (4) Initial Contract Value (base And Option Periods) And Adjusted Contract Value (any Changes Made To Initial Contract); And (5) Narrative Description Of Each Contract Listed And The Reasons Why The Offeror Considers The Contract To Be Similar To The Effort Required By This Solicitation a. To Expedite The Evaluation Process, Offerors Are Requested To Provide The Individuals Listed As References A Letter Authorizing The Reference To Provide Information To The Government. The Offeror Shall Also Provide A Copy Of The Attached Past Performance Evaluation Questionnaire (ppq) To Its References With Instructions To Return The Ppq To The Contract Specialist (cs) Glenn.i.jenkinson@usace.army.mil And Contracting Officer (ko) Gerald.l.garvey@usace.army.mil, By The Time Specified In Block 8, Sf 1449. The Government May Begin Surveying References Immediately After The Solicitation Closing Date; Therefore, It Is Crucial That Offerors Immediately Authorize Their References To Release Information To The Government. It Is The Offeror’s Responsibility To Ensure The Reference Submits The Ppq For Consideration. b. The Government May Also Consider Any Additional Information From Its Own Files, Databases Such As The Past Performance Information Retrieval System (ppirs), Or From Any Other Source It Deems Appropriate. The Government May Survey References To Verify The Information Provided. c. The Government Will Not Be Responsible For Tracking Incorrect References And Phone Numbers, Or Those Ppqs Not Submitted By The Due Date Of The Time Specified In Block 8, Sf 1449. Offerors Are Reminded That, While The Government May Elect To Consider Data Obtained From Other Sources, The Burden Of Providing Thorough And Complete Past And Present Performance Information Rests With The Offeror. note: If An Offeror’s Provided Usace Past Performance Questionnaires Cannot Be Verifiable With The Poc, The Offeror May Not Be Evaluated Favorably Or Unfavorably On Past Performance (see Far 15.305 (a)(2)(iv)). Therefore, The Offeror Shall Be Determined To Have Unknown Past Performance. In The Context Of Acceptability/unacceptability, “unknown” Shall Be Considered “acceptable.” pricing (factor 3)- Schedule Pricing For Requirements. The Offeror Shall Submit Proposed Pricing For All Contract Line-item Numbers (clins) And Or Exhibit Line-item Numbers (elins) Identified In The Request For Proposal, Pricing Schedule Unless Otherwise Noted. Note: Do Not Include Quantities In The Price List. All Quantities Will Be Included In Individual Task Orders. a The Offeror Shall State If They Have An Indirect Rate Agreement With Any Government Agency And, If So, Provide That Agency’s Contact Information. b Other Pricing Data. The Offeror Shall Submit Pricing Data To Support The Prices Proposed. All Hourly Rates Shall Be Fully Burdened To Include Overhead, G&a Expenses, Fringes And All Other Applicable Costs And Profit. c Price Will Be Evaluated For Fairness And Reasonableness Through The Use Of Price Analysis. The Contracting Officer Will Conduct The Price Analysis In Accordance With Far 15.404-1(b). The Price Analysis Will Also Check For The Appearance Of Unbalanced Line-item Prices. d Prices Will Be Reviewed For Minor Or Clerical Errors. If Necessary, Offerors Will Be Afforded An Opportunity To Resolve Any Such Errors. Any Exchange With Offerors Under This Subparagraph Shall Be For The Purpose Of Clarification (far 15.306(a)) And Shall Not Constitute Negotiations As Defined At Far 15.306(d). In The Event Of Discrepancy Between A Unit Price And The Extended Amount, The Unit Price Shall Be Controlling e Prices Will Be Reviewed For Apparent Mistakes. Should This Review Reveal Any Prices That Seem Unreasonably Low, The Contracting Officer Will Contact The Offeror And Ask The Offeror To Confirm The Questioned Price. If The Offeror Confirms The Price, No Further Action Will Be Taken Under This Subparagraph. If, However, The Offeror Alleges A Mistake, The Offeror May Modify The Proposal In Accordance With Far 52.215-1(c) (6). Any Modification Submitted For The Purpose Of Correcting A Mistake Shall Include Documentation Explaining How The Mistake Was Made. f After Resolution Of Minor Or Clerical Errors And/or Mistakes, Prices Will Be Reviewed For Reasonableness, Realism, Unbalanced Pricing Or Any Other Price Related Issue That Could Pose An Unacceptable Risk To The Government Or Indicate The Offeror Does Not Clearly Understand The Requirement At Hand. supplement Paragraph 52.212-1(a) With The Following: government’s Minimum Acceptance Period. the Minimum Period For Acceptance Of Offers Is 180 Calendar Days After The Date Specified For Receipt Of Proposals, Or Date Of Final Proposal Revisions (if Requested), Whichever Is Later. Offerors Providing For Less Than 180 Calendar Days For Government Acceptance After The Date Specified Will Be Rejected Without Consideration. addendum To 52.212-2 Evaluation--commercial Items (sep 2023) Supplement Paragraph 52.212-2(a) With The Following: the Government Will Evaluate Each Proposal Strictly In Accordance With Its Contents. A Proposal That Is Unrealistic In Terms Of Technical Quality Of Price Will Be Deemed Reflective Of An Inherent Lack Of Technical Competence Or Indicative Of Failure To Comprehend The Contractual Requirements. Such Proposals May Be Determined Unacceptable. after Review Of Initial Proposals By The Contracting Officer, The Source Selection Evaluation Board Will Conduct An evaluation Of The Offeror’s Technical Proposal. Prior To Being Considered For Award, An Offeror Shall Demonstrate That it Possesses The Capabilities Which The Government Has Determined Essential To The Reliable, Efficient And Timely accomplishment Of The Required Services. award Will Be Made Using The Lowest-price, Technically Acceptable Source Selection Process. Award Will Be Made To the Offeror That Presents The Offer That Possesses All Of The Following Characteristics: (1) Meets The Acceptability Standards For Non-price Factors, (2) Conforms To The Solicitation, (3) Is Determined Acceptable To The Government, (4) Is From A Responsible (as Defined In Federal Acquisition Regulation Part 9) Offeror. (5) Has The Lowest Price Of Those Offerors Receiving An Acceptable Technical Rating the Government Anticipates The Issuance Of A Firm Fixed Price (ffp) Lowest Priced Technically Acceptable (lpta) Contract In Accordance With The Procedures Authorized In Far Part 13, Simplified Acquisition Procedures, And Considering The Following Factors: (1) Technical; (2) Past Performance; (3) Price. To Be Eligible To Receive An Award, Proposals Submitted In Response To This Combined Synopsis/solicitation Shall Consist Of The Contents Required In The Sub-paragraphs Described Below: basis For Award this Acquisition Will Utilize A Best Value Approach In Which The Government Seeks To Award To An Offeror Who Provides The Greatest Confidence That They Will Meet The Government’s Requirements Affordable. The Best Value Technique Chosen For This Particular Acquisition Will Be The Lowest Priced Technically Acceptable Offer. . Contract Award Will Be Made On The Basis Of The Lowest Evaluated Price Or Proposals Meeting Or Exceeding The Acceptability Standard For Non-cost Factors. Each Proposal Will Be Evaluated For All Factors Listed Below. proposals That Are Unrealistic In Terms Of Technical Or Price May Be Rejected At Any Time During The evaluation Process. Offerors Are Cautioned To Follow The Detailed Instructions Fully And Carefully, As The Government Reserves The Right To Make An Award Based On Initial Offers Received, Without Discussion Of Such Offers. note: If The Offeror Receives An Unacceptable Rating In Any One Factor And/or Sub-factor, They Will Be Considered Overall “unacceptable” And Will Not Be Considered For Award. the Following Factors Shall Be Used To Evaluate Offers: factor 1: Technical Capability factor 2: Past Performance factor 3: Price factor 1: Technical Capability Factor 2: Past Performance Factor 3: Price factor 1-technical Capability (vol Ii):the Term “technical,” As Used Herein, Refers To The non-price Subfactors Listed Below. Proposal Will Be Rated As “acceptable” Or “unacceptable” In Regard To The Ability To Meet Each Subfactor. Refer To Table 1 For A Description Of The Ratings. The Minimum Requirements Of Each Subfactor Must Be Met In Order For The Technical Factor To Be Considered Acceptable And For The Proposal To Be Considered For Award. The Offeror’s Proposal Shall Include Documentation Addressing The Qualification Requirements In Part 5 Of The Performance Work Statement (pws). Offerors Shall Demonstrate An Understanding Of The Solicitation Requirements By Describing In Detail Their Approach And Plan To Perform And Manage The Work In Accordance (iaw) Pws. Offerors Shall Demonstrate An Understanding For The Solicitation Requirements By Describing In Detail Their Approach And Plan To Perform And Manage The Work Specifically Required By The Performance Work Statement (pws). Technical Capability Will Be Determined Solely On The Content And Merit Of The Information Submitted In Response To The Request For Proposal (rfp). Therefore, It Is Incumbent On The Offeror To Provide Sufficient Technical Documents In Order For The Government To Make An Adequate Technical Assessment Of The Offeror’s Documentation. The Technical Capability Portion Of The Proposal Is Limited To A Length Of 20 Pages, And Must Be Written In A Practical, Clear And Concise Manner. The Technical Approach Must Identify The Methodology And Analytical Techniques The Offeror Will Use To Fulfill The Pws Requirements. The Government Will Evaluate Technical Proposals On The Basis Of Sub-factor 1) Management Plan, Overview, Capabilities, And Approach; Sub-factor 2) Organization And Personnel. For Evaluation Purposes, An “acceptable” Or “unacceptable” Rating Will Be Assigned To Each Sub-factor As Described In Table-1 Below. subfactor I-management, Overview, Capabilities, And Approach. subfactor Ii-organization And Personnel table I: Technical Acceptable /unacceptable Ratings acceptable meet Evaluation Criteria And Minimum Requirements. Proposal Is Acceptable. Minor Clarifications/corrections Can Be Readily Made. unacceptable fails To Meet Minimum Requirements. Deficiencies Are Significant And Require Major Revisions To Proposal To Make It Acceptable. If Determined To Be Unacceptable, This Will Render The Entire Proposal As Technically Unacceptable And Eliminate The Offeror From Further Consideration. factor Ii-past Performance (vol Iii): Offerors Shall Include Reference Information As indicated In Their Offeror Performance Information Data Sheets. Offerors Shall Provide Information On Up To Three (3) Previous Government Contracts Whose Effort Was Relevant To The Effort Required By This Solicitation; The Contracts Provided Shall Have Been Performed Within The Last Three (3) Years. The Information Shall Include Contract Numbers, Point Of Contact With Telephone Numbers And Other Relevant Information. The Government May Evaluate An Offeror’s Past Performance On Less Than The Maximum Possible Number Of References. if The Offeror Has Not Had At Least Three (3) Government Contracts Within The Last Three, (3) Years, Information On Relevant Subcontracts And/or Commercial Contracts May Be Submitted Instead (the Information Must Be Clear Whether The Work By The Offeror Was Done As A Prime Contractor Or A Subcontractor). Offerors Who Describe Similar Contracts And Subcontracts Shall Provide A Detailed Explanation Demonstrating The Similarity Of The Contracts To The Requirements Of The Rfp. For Each Of The Three (3) Contracts Provided As A Reference, The Offeror Shall Provide A Completed Offeror Performance Questionnaire Data Sheet. the Government May Verify Past Performance Information. The Government May Contact Some Or All Of The References Provided, As Appropriate, And May Collect Information Through Questionnaires, Telephone Interviews And Existing Data Sources To Include But Not Limited To Contractor Performance Assessment Reporting System (cpars), Past Performance Information Retrieval System (ppirs). The Government Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources Including Sources Outside Of The Government. This Past Performance Information Will Be Used For The Evaluation Of Past Performance. The Government Does Not Assume The Duty To Search For Data To Cure The Problems It Finds In The Information Provided By The Offeror. The Burden Of Providing Thorough And Complete Past Performance Information Remains With The Offeror. past Performance Will Be Rated On An “acceptable” Or “unacceptable” Basis Using The Ratings In The Table 2 Below. table 2: Past Performance Acceptable /unacceptable Ratings acceptable based On Offeror’s Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort, Or The Offeror’s Performance Record Is Unknown. (see Note Below.) unacceptable based On Offeror’s Performance Record, The Government Has No Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort. note: In The Case Of An Offeror Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Or So Sparse That No Meaningful Past Performance Rating Can Be Reasonably Assigned, The Offeror May Not Be Evaluated Favorable Or Unfavorable On Past Performance (see Far 15.305(a) (2)(iv)). Therefore, The Offeror Shall Be Determined To Have Unknown Past Performance. In The Context Of Acceptability/unacceptability, “unknown” Shall Be Considered “acceptable. factor Iii-price (vol Iv): Each Offeror’s Price Will Be Evaluated For Completeness And, Unrealistically low Proposed Costs/prices May Be Grounds For Eliminating A Reasonableness Proposal From Competition Either On The Basis That The Offeror Does Not Understand The Requirement, Or The Offeror Has Made An Unrealistic Proposal. technical Acceptability And Past Performance, When Combined, Are Significantly More Important Than Cost Or Price. the Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options, Including The Potential Six Months Option Period Available Under Far 52.217-8, To The Total Price For The Basic Requirement. The Pricing Used For The Option Under Far 52.217-8 Will Be Based On The Fourth Option Year Unit Price Multiplied By The Quantities Provided In The Attachment Pricing Schedule. a Written Notice Of Award Or Acceptance Of An Offer, Emailed 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.the Government Reserves The Right To Require The Offeror To Submit Additional Information As Necessary To Support A Pre-award Determination Of Responsibility. Note: Offeror Responsibility to Be Eligible For Award Of A Contract Hereunder, An Offeror Must Be Determined By The Contracting Officer To Be A Responsible Prospective Offeror Iaw Far 9.104-1. to Be Determined Responsible, An Offeror Must: have Adequate Financial Resources To Perform The Contract, Or The Ability To Obtain Them; Please Provide Financial Information To Include The Name Of The Bank With Point Of Contact. be Able To Comply With The Required Or Proposed Delivery Or Performance Schedule, Taking Into Consideration All Existing Commercial And Governmental Business Commitments; have A Satisfactory Performance Record; have A Satisfactory Record Of Integrity And Business Ethics; have The Necessary Organization, Experience, Accounting And Operational Controls, And Technical Skills, Or The Ability To Obtain Them (including, As Appropriate, Such Elements As Production Control Procedures, Property Control Systems, Quality Assurance Measures And Safety Programs Applicable To Materials To Be Produced Or Services To Be Performed By The Prospective Contractor And Sub-contractors; have The Necessary Production, Construction, And Technical Equipment And Facilities, Or The Ability To Obtain Them; And be Otherwise Qualified And Eligible To Receive An Award Under Applicable Laws And Regulations. (end Of Provision) the Provision At 52.212-3 Offeror Representations And Certifications - Commercial Items, Applies To This Acquisition. Offeror Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer. the Clause At 52.212-4 Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition. the Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition. additional Far Clauses Cited In 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, That Apply To This Acquisition: 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020), Alternate I 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards 52.204-14 Service Contract Reporting Requirements 52.204-27 Prohibition On A Bytedance Covered Application 52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. 52.209-9 Updates Of Publicly Available Information Regarding Responsibility Matters 52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns 52.219-6 Notice Of Total Small Business Set-aside (nov 202) (15u.s.c. 644) 52.219-8 Utilization Of Small Business Concerns 52.219-9 Small Business Subcontracting Plan 52.219-16 Liquidated Damages—subcontracting Plan 52.219-28 Post-award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor-cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity For Veterans 52.222-36 Equal Opportunity For Workers With Disabilities 52.222-37 Employment Reports On Veterans 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act 52.222-50 Combating Trafficking In Persons 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) (42 U.s.c. 7671, Et Seq.). 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) (42 U.s.c. 7671, Et Seq.). 52.222-54 Employment Eligibility Verification 52.223-20 Aerosols (may 2024) (42 U.s.c. 7671, Et Seq.). 52.223-21, Foams (may 2024) (42 U.s.c. 7671, Et Seq.). 52.223-23, Sustainable Products And Services (may 2024) (e.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l). 52.225-13 Restrictions On Certain Foreign Purchases 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513). 52.229-12 Tax On Certain Foreign Procurements 52.232-33 Payment By Electronic Funds Transfer—system For Award Management (oct 2018) 52.242-5 Payments To Small Business Subcontractors 52.222-41 Service Contract Labor Standards 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.222-43 Fair Labor Standards Act And Service Contract Labor Standards--price Adjustment (multiple Year And Option Contracts) 52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706) 52.203-13 Contractor Code Of Business Ethics And Conduct 52.203-17 Contractor Employee Whistleblower Rights 52.204-30 Federal Acquisition Supply Chain Security Act Orders—prohibition--alternate I 52.224-3 Privacy Training -- Alternate I additional Provisions That Apply To This Acquisition: 52.203-3 Gratuities 52.203-5 Covenant Against Contingent Fees 52.203-7 Anti-kickback Procedures 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements—representation 52 52.204-7 System For Award Management 52.204-9 Personal Identity Verification Of Contractor Personnel 52.204-13 System For Award Management Maintenance 52.204-14 Service Contract Reporting Requirements 52.204-16 Commercial And Government Entity Code Reporting 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures 52.209-7 Information Regarding Responsibility Matters 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I 52.217-5 Evaluation Of Options 52.222-56 Certification Regarding Trafficking In Persons Compliance Plan 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications 52.232-18 Availability Of Funds 52.233-2 Service Of Protest 252.201-7000 Contracting Officer's Representative 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7004 Antiterrorism Awareness Training For Contractors 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.205-7000 Provision Of Information To Cooperative Agreement Holders, 252.215-7007 Notice Of Intent To Resolicit 252.215-7008 Only One Offer 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors 252.225-7050 Disclosure Of Ownership Or Control By The Government Of A country That Is A State Sponsor Of Terrorism 252.226-7001 Utilization Of Indian Organizations, Indian-owned Economic enterprises, And Native Hawaiian Small Business Concerns 252.225-7055 Representation Regarding Business Operations With The Maduro Regime 252.243-7002 Requests For Equitable Adjustment 252.244-7000 Subcontracts For Commercial Products Or Commercial Services 252.247-7023 Transportation Of Supplies By Sea full Text Provisions That Apply To This Acquisition: 52.252-1 Solicitation Provisions Incorporated By Reference 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(es): https://www.acquisition.gov/ (end Of Provision) 52.252-5 Authorized Deviations In Provisions (a) The Use In This Solicitation Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Provision With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Date Of The Provision. (b) The Use In This Solicitation Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Provision With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Name Of The Regulation. (end Of Provision) additional Clauses That Apply To This Acquisition: 52.202-1 Definitions 52.203-3 Gratuities 52.203-7 Anti-kickback Procedures 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-7 System For Award Management 52.204-9 Personal Identity Verification Of Contractor Personnel 52.204-13 System For Award Management Maintenance 52.204-14 Service Contract Reporting Requirements 52.204-16 Commercial And Government Entity Code Reporting 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications 52.204-21 Base Safeguarding Of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.204-26 Covered Telecommunications Equipment Or Services-- Representation 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures 52.209-5 Certification Regarding Responsibility Matters 52.209-7 Information Regarding Responsibility Matters 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations 52.212-3 Offeror Representations And Certifications—commercial Products And Services 52.212-4 Contract Terms And Conditions--commercial Products And Commercial Services 52.217-5 Evaluation Of Options 52.219-6 Notice Of Small Business Set Aside 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.222-43 Fair Labor Standards Act And Service Contract Labor 52.222-56 Certification Regarding Trafficking In Persons Compliance Plan 52.223-5 Pollution Prevention & Right-to-know Information 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation And Certifications 52.232-18 Availability Of Funds 52.232-33 Payment By Electronic Funds Transfer—system For Award Management 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-1 Disputes—alternate I 52.233-2 Service Of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.237-3 Continuity Of Services 52.242-13 Bankruptcy 52.253-1 Computer Generated Forms 252.201-7000 Contracting Officer’s Representative 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training For Contractors 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support 252.204-7016 Covered Defense Telecommunications 252.204-7017 Prohibition On The Acquisition Of Covered Defense 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements 252.204-7023 Reporting Requirements For Contracted Services - Basic 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.205-7000 Provision Of Information To Cooperative Agreement Holders 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime. 252.227-7037 Validation Of Restrictive Markings On Technical Data 252.232-7003 Electronic Submission Of Payment Request And Receiving Reports 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Requests For Equitable Adjustment 252.244-7000 Subcontracts For Commercial Products Or Commercial Services 252.246-7008 Sources Of Electronic Parts fill-in Clauses That Apply To This Acquisition: 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 30 Days Of Contract Expiration. (end Of Clause) 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 30 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before 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 Five (5) Years, Six (6) Months. (end Of Clause) 52.219-28 Post Award Small Business Program Representative (h) If The Contractor Does Not Have Representations And Certifications In Sam, Or Does Not Have A Representation In Sam For The Naics Code Applicable To This Contract, The Contractor Is Required To Complete The Following Rerepresentation And Submit It To The Contracting Office, Along With The Contract Number And The Date On Which The Rerepresentation Was Completed: (1) The Contractor Represents That It [ ] Is, [ ] Is Not A Small Business Concern Under Naics Code Assigned To Contract Number _____. 52.252-2 Clause 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(es): https://www.acquisition.gov/ (end Of Clause) 52.252-6 Authorized Deviations In Clauses (a) The Use In This Solicitation Or Contract Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Date Of The Clause. (b) The Use In This Solicitation Or Contract Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Clause With An Authorized Deviation Is Indicated By The Addition Of "(deviation)" After The Name Of The Regulation. (end Of Clause) open Market Pricing Is Required. anticipated Award Date Is Nlt 01 March 2025. technical Inquiries And Questions Relating To This Combined Synopsis/solicitation Are Due By 12:00 Pm Est, 13 Feb 2025. Questions Shall Be Sent Via Email To Glenn.i.jenkinson@usace.army.mil, And Gerald.l.garvey@usace.army.mil. When Submitting Questions, Please Include The Solicitation Number, And Title. the Government Reserves The Right To Limit And/or To Not Respond To Any Further Questions Pertaining To This Project Received After February 13, 2025. Offerors Should Base Their Offers On The Information Provided In The Solicitation And All Issued Amendments Thereto. all Answers To Technical Inquiries And Questions Are Reviewed By The Contracting Officer Prior To Response. Answers To Technical Inquiries May Result In Amendments To The Solicitation. If An Amendment Is Issued, It Will Be Posted On The System For Award Management (sam) Website (https://sam.gov/content/home). proposals Are Due By 12:00 Pm Est, Feb 21, 2024. Proposals Shall Be Sent Via Email To Glenn.i.jenkinson@usace.army.mil, And Gerald.l.garvey@usace.army.mil. any Other Questions Regarding This Acquisition Should Be Directed To The Contract Specialist, Glenn Jenkinson At (904) 232-1002 And Gerald Garvey At (904) 232-3055 Or By E-mail. attachments: solicitation Sf 1449 past Performance Short Form pricing Schedule (sheet) qasp
Contact
Tender Id
W912EP25R0011Tender No
W912EP25R0011Tender Authority
DEPT OF THE ARMY USA ViewPurchaser Address
-Website
http://beta.sam.gov