This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87.
The solicitation number is 63093141244 and this solicitation is issued as a request for proposal (RFP).
This is a 100% Small business Set Aside. The associated North American Industry Classification System (NAICS) code is 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables with a corresponding small business standard of 500 employees. Only offers from small businesses will be considered for this solicitation.
Site visits may be arranged with Mr. Juan Uribe, 956-565-3150. Site visit shall be arranged by June 6, 2016.
Offer due date/Local time: June 13, 2016, 4:00 pm MDT
Only questions submitted by email to [email protected] will be considered. Questions received from Offerors after 10:00 am on June 8, 2016 will not be responded to.
Description:
The International Boundary and Water Commission, United States Section (IBWC) requires the removal of shrubs and trees from the Arroyo Colorado Floodplain within US Buss 77 and up to FM 509 in the city of Harlingen, Texas. The purpose of these efforts is to enhance the water flow capacity of the Arroyo Colorado Floodplain in the referenced area.
The IBWC is seeking price quotes for:
Removal of shrubs and trees from the Arroyo Colorado Floodplain; Please quote unit price and total price for CLIN 001.
CLIN Structure:
CLIN 001
Description:
Removal of trees and shrubs from the Arroyo Colorado floodplains as outlined in the attached Performance Work Statement (PWS).
Qty: 1
Unit: SV
Unit Price: $
Total Price: $
CLIN002
Description:
No Cost Receiving Line Only
Qty: 3
Unit: EA
Unit Price: N/A
Total Price: N/A
Grand Total: $
Refer to attached Performance Work Statement for description of the requirement to include dates and places of delivery, inspection, and acceptance.
The destination for FOB Destination shall be the Mercedes Field Office.
Evaluation of Offer - 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: Technical acceptability to meet IBWC requirements; Technical Approach and Past Performance.
Technical Approach - Contractor shall provide a two to three page narrative addressing the items in the PWS. The narrative shall at a minimum include your plan of action, equipment, key team members, and schedule.
Past Performance - Contractor shall provide three (3) references for similar projects. The information shall include name of person, company, phone number, email address, and brief description of the project.
The Government will award a contract resulting from this combined synopsis/solicitation to the lowest price technically acceptable (LPTA), responsible offeror.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: The offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov.
The following provisions and clauses apply to this solicitation:
52.204-9 Personal Identity Verification of Contractor Personnel
52.212-1 Instructions to Offerors-Commercial Items
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in the clause are applicable to the acquisition. Depending on the dollar amount of the awarded contract, inapplicable clauses may be removed prior to award.
FAR 52.203-6,
FAR 52.204-10,
FAR 52.209-6,
FAR 52.219-6,
FAR 52.219-8,
FAR 52.219-14,
FAR 52.219-28,
FAR 52.222-3,
FAR 52.222-21,
FAR 52.222-26,
FAR 52.222-35,
FAR 52.222-36,
FAR 52.222-37,
FAR 52.222-50,
FAR 52.223-18,
FAR 52.225-13,
FAR 52.232-33,
FAR 52.222-41,
FAR 52.222-42,
FAR 52.222-44,
FAR 52.222-55,
The following additional clauses/provisions are applicable to this requirement. They have the same full force and effects as if provided in full text.
FAR 52.228-5 Insurance-Work on a Government Installation
FAR 52.237-2 Protection of Government building, equipment and vegetation
FAR 52.252-2 Clauses Incorporated by Reference
Compensation and Liability Insurance - IBWC (See Attachment)
FAR provisions and clauses are available for review at http://www.farsite.hill.af.mil.
Offerors shall register or update their registration in the SAM database. This registration is required to receive contract award and will facilitate payment. Offers are due for this combined synopsis/solicitation by 4:00 PM MDT, June 13, 2016. Offers shall be emailed to [email protected]. NO FAX QUOTES WILL BE ACCEPTED. Please include your DUNS number with your offer.
For information regarding this RFP contact Sylvia Grindstaff (915) 832-4121 or email [email protected] . END of combined synopsis/solicitation.
Attachments:
Performance Work Statement
Wage Determination 15-5219 (Rev.-1)
CLAUSE: Compensation and Liability Insurance -IBWC
Maps
Vegetation Management Plan
Fish and Wildlife letter
Harlingen District Map
LSFG-1563 Harlingen Hike and Bike
Sierra Club Comment Letter