Similar Projects
Last Updated | 10/03/2022 10:36 AM |
Project Title | Revegetation Services for National Park Service Pacific West Region |
Physical Address | View project details and contacts |
City, State (County) | Honolulu, HI 96813 (Honolulu County) |
Category(s) | Single Trades |
Sub-Category(s) | Service/Term Contracts |
Contracting Method | Competitive Bids |
Project Status | Contract Award, Request for Qualifications, Construction start expected August 2022 |
Bids Due | View project details and contacts |
Estimated Value | |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | *Contract Award Date: Sep 30, 2022 Contract Award Number: 140P2022A0019 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: M9V3MC3C7R87 Contractor Awarded Name: WILDLANDS INC Contractor Awarded Address: , WA 99354-2101 USA Base and All Options Value (Total Contract Value): $0 United States Department of the Interior NATIONAL PARK SERVICE DENVER SERVICE CENTER - CONTRACTING SERVICES 12795 W. ALAMEDA PKWY P.O. BOX 25287 DENVER, COLORADO 80225-0287 Page 1 of 2 Combined Synopsis / Solicitation Revegetation Services, NPS PWR Pacific West Region, National Park Service 6/16/2022 (i) This is a combined synopsis/solicitation for commercial services 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 # 140P2022QO019. (iii) The solicitation, provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. (iv) The proposed agreement is 100% set-aside for small business concerns. NAICS code: 115112; Small business size standard: $8.0 Million. 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 in Section B 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: Are located in the Statement of Work. (vii) 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 below. (viii) FAR provision 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. The provision can be accessed at https://www.acquisition.gov/browsefar. The specific evaluation criteria to be included in paragraph (a) of the provision are noted below. (ix) FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. Quoters shall complete provision 52.212-3 at the Government's System for Award Management (SAM), https://www.sam.gov/portal/SAM/#1. (x) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Refer to attachment for a full listing of clauses applicable to this solicitation and the resultant purchase order. (xi) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Refer to attachment #1 for a full listing of clauses applicable to this solicitation and the resultant agreement. (xii) 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 and 13. c) Wage determination: This solicitation is subject to the Service Contract Labor Standards Act (SCLSA) and each individual BPA call will incorporate the appropriate wage determination based on the location of the work to be Page 2 of 2 performed. Services performed will be at various NPS locations to be identified in individual BPA calls. The appropriate wage determinations will be incorporated into each individual BPA call. Applicable wage determinations can be identified through the following link: https://sam.gov/content/wage-determinations. d) Clauses: The contract clauses in the attached apply to this solicitation and the subsequent agreement. e) Required Quote Submittal Contents: 1) Quote Form: Complete all sections of the 1449. 2) Price Schedule: Provide pricing for the sample calls in accordance with Section L. 3) Acknowledgement of all Government issued amendments. Acknowledge on SF30. 4) Response to Other Evaluation Factors: Provide responses to all evaluation factors in Section L of the solicitation. f) Evaluation Criteria: Refer to the evaluation factors and methods noted in the solicitation. (xiii) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xiv) The date, time and place Quotes are due: Submit to: Damon Griffin at damon_griffin@nps.gov (Contract Specialist) and LJ Gravelle at lj_gravelle@nps.gov (Contracting Officer). Due Date / Time: Submit so as to insure Government receipt by 2:00 pm Pacific Time, 7/15/2022 (xv) Please contact the Contract Specialist at damon_griffin@nps.gov and the Contracting Officer at lj_gravelle@nps.gov if you have any questions regarding this solicitation. Questions regarding this solicitation must be submitted in writing to Damon Griffin (damon_griffin@nps.gov) Contract Specialist and LJ Gravelle (lj_gravelle@nps.gov) Contracting Officer. Questions must be submitted not later than 7 days prior to quotation due date. |
||||||
Details |
|
||||||
Bidder's List | View project details and contacts | ||||||
Prospective Bidders | View project details and contacts | ||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |