140R3021r0008 Irrigation Amp Maintenance At Beal Lake Conservation Area Combined Synopsis Solicitation I 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 Quotes Are Being Requested And A Written Solicitation Will Not Be Issued Ii To Facilitate Electronic Proposal Submissions Through Beta Sam Contract Opportunities A Request For Proposal Rfp No 140R3020r0008 Is Being Issued Subsequent To This Combined Synopsis Solicitation Iii This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Number 2021 02 Iv This Requirement Is A Total Small Business Set Aside The North American Industry Classification System Naics Code For This Acquisition Is 561730 Landscaping Services The Small Business Size Standard For Naics Code 561730 Is 8 Million V Line Item 1001 Irrigation And Maintenance Services For Beal Lake Conservation Area The Statement Of Work Provides More Detailed Information About The Requirement And Is Attached To The Rfp Base Period March 1 2021 Through February 28 2022 Services To Be Performed During The Months Of March Through September Quantity 7 Months Options Line Item 2001 Irrigation And Maintenance Services For Beal Lake Conservation Area Option Year 1 Option Year 1 Period March 1 2022 Through February 28 2023 Services To Be Performed During The Months Of March Through September Quantity 7 Months Line Item 3001 Irrigation And Maintenance Services For Beal Lake Conservation Area Option Year 2 Option Year 2 Period March 1 2023 Through February 28 2024 Services To Be Performed During The Months Of March Through September Quantity 7 Months Line Item 4001 Irrigation And Maintenance Services For Beal Lake Conservation Area Option Year 3 Option Year 3 Period March 1 2024 Through February 28 2025 Services To Be Performed During The Months Of March Through September Quantity 7 Months Line Item 5001 Irrigation And Maintenance Services For Beal Lake Conservation Area Option Year 4 Option Year 4 Period March 1 2025 Through February 28 2026 Services To Be Performed During The Months Of March Through September Quantity 7 Months Vi Statement Of Work The Contractor Shall Provide All The Necessary Personnel Equipment Tools And Materials Required To Provide Irrigation And Maintenance Services At Beal Lake Conservation Area Work To Be Performed Is As Follows Irrigation The Contractor Will Be Provided With An Irrigation Schedule And Shall Be Expected To Irrigate Each Cell Completely According To The Schedule Figure 3 The Contractor Will Be Required To Complete Irrigation Tracking Sheets Check The Pump For Oil Check The Gauges Ensure Proper Operation Is Maintained Keep A Fuel Tank Record And Order Fuel From The Reclamation Equipment Contact When Needed Irrigation Services Are Required Daily Monday Through Friday During The Months Of March 1 Through September 30 For 40 Hours Per Week Routine Pump Maintenance The Contractor Shall Be Responsible For Performing Basic Pump Maintenance Evaluating When More Involved Maintenance Is Required And Immediately Notifying The Contracting Officer s Representative Cor And Reclamation Equipment Maintenance Team Maintenance Services Are Required Daily Monday Through Friday During The Months Of March 1 Through September 30 For 40 Hours Per Week Cleaning The Rock Structure Screen System The Contractor Shall Access The Rock Structure Screen System By Either Using A Rowboat Or Wading Into The Water After Drawing Down The Beal Ditch In Both The East Pump And Irrigation Reservoir And West Side Embayment Figure 2 Draw Down Is Performed By Closing The Inlet Gates And Valves At The Topock Marsh Beal Ditch Connection Pumping The Water To Irrigate The Cells And Scrubbing Each Of The Eight Wedge Wire Screens With A Stiff Bristled Brush This Task Takes Approximately 1 Hour And Is Scheduled Biweekly Unless Otherwise Directed By The Cor Checking Berms And Roads Each Field Of The Beal Lake Riparian Area Is Separated From Adjacent Fields By Built Up Borders Or Berms These Berms Allow Each Cell To Be Independently Flood Irrigated The Contractor Shall Be Responsible For Walking The Perimeter Of The Fields Being Irrigated And Checking The Berms For Blow Outs Daily While On Site Irrigating In The Event A Berm Is Breached The Cor Must Be Notified Immediately Additionally If A Blca Road Becomes Difficult To Navigate Or Impassible The Cor Must Be Notified Manual Removal Of Vegetation Arrow Weed And Other Nonnative Vegetation Tend To Encroach On The Roadways And Walkways Grow Around The Irrigation Valves And Spread Along The Top And Embankments Of The Rock Structure The Contractor Shall Keep The Roadways Walkways Irrigation Valves And Rock Structure Clear Of At Least 90 Of All Vegetation Per Week For Safety Purposes The Contractor Shall Come Prepared With Loppers A Weed Wacker A Shovel And Other Desired Tools To Manage Thick Vegetation In Undesirable Areas Please See Attached Statement Of Work For Full Details And Photos Vii The Contractor Shall Be Required To Submit An Irrigation Log And Equipment Report Showing Dates Irrigation Durations Of Each Cell Hours Required To Be On Site Hours Scheduled And Hours Worked Irrigation Tracking Sheets Fuel Tank Records Data Sheets And Equipment Reports To The Contracting Officer s Representative Cor All Irrigation Logs And Equipment Reports Are Required To Be Saved Scanned And Submitted To The Cor By Close Of Business Friday Of Each Work Week Invoices May Be Submitted Monthly To The Cor For Review The Following Clauses And Provisions Are Applicable To This Commercial Item Acquisition Viii Far Provision 52 212 1 Instructions To Offerors Commercial Items Is Applicable To This Rfp Addendum To Far 52 212 1 Proposal Submission Instructions A To Assure Timely And Equitable Evaluation Of Offers Offerors Must Follow The Instructions Contained Herein Offerors Are Required To Meet All Solicitation Requirements Including Terms And Conditions Representations And Certifications Failure To Meet A Requirement May Result In An Offer Being Ineligible For Award Offerors Must Clearly Identify Any Exception To The Solicitation Terms And Conditions And Provide Complete Accompanying Rationale The Response Shall Consist Of Two 2 Separate Parts Part I Price Proposal And Part Ii Technical Submission B The Contracting Officer Is The Government s Sole Point Of Contact For This Acquisition Address Any Questions Or Concerns You May Have To The Contracting Officer Written Requests For Clarification May Be Sent To The Contracting Officer The Government Reserves The Right To Revise Or Amend The Performance Work Statement Or The Solicitation Prior To The Proposal Closing Time Such Revisions Or Amendments Will Be Communicated By Amendments To The Rfp And Posted In Beta Sam Website Www Beta Sam Gov If Such Amendments Require Material Changes In Quantities Or Prices The Quote Closing Date May Be Postponed By Enough Days To Enable Offerors To Revise Their Proposals In Such Cases The Amendment Will Include An Announcement Of The New Closing Date And Time Offerors Must Acknowledge All Amendments In Their Proposal By Providing Signed Copies Of The Amendments With Their Offer Or By Separate Letter Which Includes A Reference To The Solicitation And Amendment Numbers If An Offeror Believes That The Requirements In These Instructions Contain An Error Omission Or Are Otherwise Unsound The Offeror Shall Immediately Notify The Contracting Officer In Writing With Supporting Rationale As Well As The Remedies The Offeror Is Asking The Contracting Officer To Consider As Related To The Omission Or Error The Offeror Is Reminded That The Government Reserves The Right To Award This Effort Based On The Initial Offer As Received Without Discussion This Reservation Includes Matters Of Additional Or Substitute Pages Of The Initial Offer C The Contracting Officer Has Determined There Is A High Probability Of Adequate Price Competition In This Acquisition Upon Examination Of The Initial Offers The Contracting Office Will Review This Determination And If In The Contracting Officer s Opinion Adequate Price Competition Exist No Additional Cost Information Will Be Requested However If At Any Time During This Competition The Contracting Officer Determines That Adequate Price Competition No Longer Exists Quoters May Be Required To Submit Information To The Extent Necessary For The Contracting Officer To Determine The Reasonableness And Affordability Of The Price D Documents Submitted In Response To This Rfp Must Be Fully Responsive To And Consistent With The Following 1 Requirements Of The Rfp Clins Amp Statement Of Work And Government Standards And Regulations Pertaining To The Statement Of Work 2 Evaluation Factors For Award In Section 52 212 2 Evaluation Commercial Items Of This Rfp 3 Proposals Must Be Emailed To Diane Rodriguez At Dlrodriguez Usbr Gov By The Date And Time Specified On The Rfp Submissions By Fax Will Not Be Permitted All Responses Shall Be Clearly Marked In The Subject Line With The Solicitation No 140R3021r0008 4 Offer Acceptance Period Offerors Must Agree To Hold The Proposed Prices In Response To This Solicitation As Firm For 60 Days After The Date Of Receipt Of Proposal 5 Potential Offerors Are Reminded They Must Be Registered In The System For Award Management Sam At Www Sam Gov With A Current Registration To Be Eligible For Award Ensure That All Representations And Certifications Are Completed In Sam For The Applicable Far Provisions And Submit Representations And Certifications Information With The Proposal To The Contracting Officer If Applicable E Specific Instructions 1 Part I Price Proposal A Complete Sf 1449 Blocks 12 Discount Terms 17A Contractor Name Address Cage Code Telephone No Fax No 30A Signature Of Offeror Contractor 30B Name And Title Of Signer 30C Date Signed And Applicable Reps And Certs In Doing So The Offeror Accedes To The Contract Terms And Conditions As Written In The Rfp B Insert Proposed Unit And Extend Prices In The Schedule For Each Contract Line Item Number Clin 2 Part Ii Technical Submission The Offeror s Technical Submission Must Clearly Reflect The Offeror Has Expertise Available Resources And Equipment Required To Successfully Perform The Tasks Described In The Statement Of Work All Offerors Shall Demonstrate Experience On Projects Where The Offeror Was The Prime Contractor And Where The Work Performed Was Similar In Scope And Magnitude To The Work Required Under This Solicitation Similar In Scope Will Be Viewed As Having Experience Working On Projects Involving Flood Irrigation Southwestern Usa Region Working In 100 Degree Fahrenheit Temperatures Navigating Rough Terrain On Foot And Vegetation Removal All Work Must Have Been Completed Within The Last 5 Years Include Only Projects Comparable To The Type Described In The Statement Of Work For Which The Firm Was Entirely Responsible For Providing The Labor Equipment And Material Indicate Their Experience With Performing Similar Or Relevant Projects Providing The Following Name Of The Project Of Work Contract Number Contract Period Of Performance Name Address Of The Client Name Address Email Address And Telephone Number Of Contact Or References The Offeror Shall Indicate Past Performance References On Projects Of Similar Scope Size And Complexity Within The Past Five Years By Providing The Following Name Of The Project Of Work Contract Number Contract Period Of Performance Name Address Of The Client Name Address Email Address And Telephone Number Of Contact Or References Note An Offeror Without Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Will Be Given A Neutral Rating And Will Not Be Evaluated Favorably Or Unfavorably This Rating Is Neither Negative Nor Positive Neutral Is Merely Indicative Of A Lack Of Prior Performance Government May Also Use Past Performance Information Obtained From Other Than The Sources Identified By The Offeror Information Obtained From The Contractor Performance Assessment Reporting System Cpars Database Located At Http Www Cpars Gov Is One Of The Sources That Will Be Utilized 52 204 07 System For Award Management 52 204 16 Commercial And Government Entity Code Reporting 52 204 24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52 252 05 Authorized Deviation In Provisions 1452 215 71 Use And Disclosure Of Proposal Information 1452 225 82 Notice Of World Trade Organization Government Procurement Agreement Evaluations Ix Far Provision 52 212 2 Evaluation Commercial Items 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 1 Experience 2 Past Performance 3 Price All Proposed Prices Will Be Reviewed For Price Reasonableness And Any Instances Of Unbalanced Pricing X Far Provision 52 212 3 Offeror Representations And Certifications Commercial Items Offerors Are Advised Include With Their Offer A Completed Copy Of The Provision 52 212 3 Or Indicate Completion Of The Provision Online Offerors May Complete The Annual Representations And Certifications Online At Https Www Sam Gov Xi Far Clause 52 212 4 Contract Terms And Conditions Commercial Items Addendum To Far Clause 52 212 4 Contract Terms And Conditions Commercial Items 52 204 4 Printed Or Copied Double Sided On Postconsumer Fiber Content Paper 52 204 13 System For Award Management Maintenance 52 204 18 Commercial And Government Entity Code Maintenance 52 204 23 Prohibition On Contracting For Hardware Software And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52 232 40 Providing Accelerated Payments To Small Business Subcontractors 52 233 04 Applicable Law For Breach Of Contract Claim 52 242 15 Stop Work Order 52 252 06 Authorized Deviations In Clauses Apr 1984 Doi Aaap 0028 Electronic Invoicing And Payment Requirements Invoice Processing Platform Ipp Apr 2013 Payment Requests Must Be Submitted Electronically Through The U S Department Of The Treasury s Invoice Processing Platform System Ipp Payment Request Means Any Request For Contract Financing Payment Or Invoicing Payment By The Contractor To Constitute A Proper Invoice The Payment Request Must Comply With The Requirements Identified In The Applicable Prompt Payment Clause Included In The Contract Or The Clause 52 212 4 Contract Terms And Conditions Commercial Items Included In Commercial Item Contracts The Ipp Website Address Is Https Www Ipp Gov Under This Contract The Following Documents Are Required To Be Submitted As An Attachment To The Ipp Invoice None Note On The Same Date That A Contractor Inputs Their Invoice Information Into Ipp The Contractor Shall Email A Copy Of The Paper Invoice Directly To The Contract Specialist At Dlrodriguez Usbr Gov Failure To Email The Invoice May Cause Significant Delay Or Possible Rejection Of Your Payment Request The Contractor Shall Also Submit An Electronic Copy Of The Ipp Invoice To The Contract Specialist Contracting Officer At Dlrodriguez Usbr Gov Before The Invoice Has Been Submitted To Ipp Failure To Email The Invoice May Cause Significant Delay Or Possible Rejection Of Your Payment Request The Contractor Must Use The Ipp Website To Register Access And Use Ipp For Submitting Requests For Payment The Contractor Government Business Point Of Contact As Listed In Sam Will Receive Enrollment Instructions Via Email From The Federal Reserve Bank Of Boston Frbb Within 3 5 Business Days Of The Contract Award Date Contractor Assistance With Enrollment Can Be Obtained By Contacting The Ipp Production Helpdesk Via Email Ippgroup Bos Frb Org Or Phone 866 973 3131 If The Contractor Is Unable To Comply With The Requirement To Use Ipp For Submitting Invoices For Payment The Contractor Must Submit A Waiver Request In Writing To The Contracting Officer With Its Proposal Or Quotation End Of Local Clause Xii Far Clause 52 212 5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items The Contractor Shall Comply With The Following Federal Acquisition Regulation Far Clauses Which Are Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items 52 204 10 Reporting Executive Compensation And First Tier Subcontract Awards 52 209 06 Protecting The Government S Interest When Subcontracting With Contractors Debarred Suspended Or Proposed For Debarment 52 219 08 Utilization Of Small Business Concerns 52 219 28 Post Award Small Business Program Representation 52 222 03 Convict Labor 52 222 19 Child Labor Cooperation With Authorities And Remedies 52 222 21 Prohibition Of Segregated Facilities 52 222 25 Affirmative Action Compliance 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 41 Service Contract Labor Standards 52 222 42 Statement Of Equivalent Rates For Federal Hires 52 222 50 Combating Trafficking In Persons 52 222 54 Employment Eligibility Verification 52 222 55 Minimum Wage Under Executive Order 13658 52 222 62 Paid Sick Leave Under Executive Order 13706 52 223 18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52 225 13 Restrictions On Certain Foreign Purchases 52 232 33 Payment By Electronic Funds Transfer System For Award Management 52 219 6 Notice Of Total Small Business Set Aside Deviation 2019 01 A Definition Small Business Concern As Used In This Clause Means A Concern Including Its Affiliates That Is Independently Owned And Operated Not Dominant In The Field Of Operation In Which It Is Bidding On Government Contracts And Qualified As A Small Business Under The Size Standards In This Solicitation B Applicability This Clause Applies Only To 1 Contracts That Have Been Totally Set Aside Or Reserved For Small Business Concerns And 2 Orders Set Aside For Small Business Concerns Under Multiple Award Contracts As Described In 8 405 5 And 16 505 B 2 I F C General 1 Offers Are Solicited Only From Small Business Concerns Offers Received From Concerns That Are Not Small Business Concerns Shall Be Considered Nonresponsive And Will Be Rejected 2 Any Award Resulting From This Solicitation Will Be Made To A Small Business Concern D Agreement 1 For A Contract At Or Below The Simplified Acquisition Threshold A Small Business Concern May Provide The End Item Of Any Firm For A Contract Exceeding The Simplified Acquisition Threshold And The Requirements Of Paragraphs D 1 I Through Iii Of This Clause Have Not Been Waived By Sba In Accordance With 13 Cfr 121 1204 A Small Business Concern That Provides An End Item It Did Not Manufacture Process Or Produce Shall I Provide An End Item That A Small Business Has Manufactured Processed Or Produced In The United States Or Its Outlying Areas Ii Be Primarily Engaged In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied And Iii Take Ownership Or Possession Of The Item S With Its Personnel Equipment Or Facilities In A Manner Consistent With Industry Practice For Example Providing Storage Transportation Or Delivery 2 Paragraph D 1 Of This Clause Does Not Apply To Construction Or Service Contract End Of Clause 52 219 14 Limitations On Subcontracting Deviation 2019 01 A This Clause Does Not Apply To The Unrestricted Portion Of A Partial Set Aside B Definition As Used In This Clause Similarly Situated Entity Means A First Tier Subcontractor Including An Independent Contractor That Has The Same Small Business Program Status As That Which Qualified The Prime Contractor For The Award And That Is Considered Small For The Naics Code The Prime Contractor Assigned To The Subcontract The Subcontractor Will Perform An Example Of A Similarly Situated Entity Is A First Tier Subcontractor That Is A Hubzone Small Business Concern For A Hubzone Set Aside Or Sole Source Award Under The Hubzone Program C Applicability This Clause Applies Only To 1 Contracts That Have Been Set Aside Or Reserved Any Of The Small Business Concerns Identified In 19 000 A 3 2 Part Or Parts Of A Multiple Award Contract That Have Been Set Aside For Any Of The Small Business Concerns Identified In 19 000 A 3 3 Contracts That Have Been Awarded On A Sole Source Basis In Accordance With Subparts 19 8 19 13 19 14 And 19 15 And 4 Orders Set Aside For Any Of The Small Business Concerns Identified In 19 000 A 3 Under Multiple Award Contracts As Described In 8 405 5 And 16 505 B 2 I F D Independent Contractors An Independent Contractor Shall Be Considered A Subcontractor E Agreement By Submission Of An Offer And Execution Of A Contract The Offeror Contractor Agrees In Performance Of The Contract In The Case Of A Contract For 1 Services Except Construction It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities Any Work That A Similarly Situated Entity Further Subcontracts Will Count Toward The 50 Percent Subcontract Amount That Cannot Be Exceeded 2 Supplies Other Than Procurement From A Nonmanufacturer Of Such Supplies It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance Excluding The Cost Of Materials To Subcontractors That Are Not Similarly Situated Entities Any Work That A Similarly Situated Entity Further Subcontracts Will Count Toward The 50 Percent Subcontract Amount That Cannot Be Exceeded 3 General Construction It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance Excluding The Cost Of Materials To Subcontractors That Are Not Similarly Situated Entities Any Work That A Similarly Situated Entity Further Subcontracts Will Count Toward The 85 Percent Subcontract Amount That Cannot Be Exceeded Or 4 Construction By Special Trade Contractors It Will Not Pay More Than 75 Percent Of The Amount Paid By The Government For Contract Performance Excluding The Cost Of Materials To Subcontractors That Are Not Similarly Situated Entities Any Work That A Similarly Situated Entity Further Subcontracts Will Count Toward The 75 Percent Subcontract Amount That Cannot Be Exceeded F A Joint Venture Agrees That In The Performance Of The Contract The Applicable Percentage Specified In Paragraph E Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants End Of Clause Xiii Additional Contract Requirements Include The Following Clauses And Provisions Clauses 1452 201 70 Authorities And Delegations Department Of The Interior 1452 228 70 Liability Insurance Department Of The Interior 1452 201 80 Contracting Officer S Representative S Authorities And Limitations Bureau Of Reclamation 1452 223 81 Safety And Health Bureau Of Reclamation 1452 237 80 Security Requirements Information Technology Compulsory Protection Of Sensitive Information And Security Access Requirements Doi Aaap 0050 Contractor Performance Assessment Reporting System Xiv Not Applicable Xv Proposals Are Due February 11 2021 By 2 00 Pm Pacific Time Responsible Offerors Are Requested To Submit A Proposal For This Requirement Via Email To The Contract Specialist Diane Rodriguez At Dlrodriguez Usbr Gov Xvi The Point Of Contact For This Solicitation Is Diane Rodriguez And May Be Reached Via E Mail At Dlrodriguez Usbr Gov Or By Phone At 702 293 8368 End Of Combined Synopsis Solicitation
Contact Information
Other Detail
View Notice Now...
Fill Detail for Getting Instant Access
Download Tender Document / Tender Notice
Dear Sir,
Warm Greetings from TenderDetail.com !!
We have received Tender Document request for the TDR No : 36442302
Tender Notice along with it's Attachments ( Tender Document / Scan Image of News Paper)
sent to your Email Address :.
Please check your email for Tender Document.