Grounds Maintenance and Snow/Ice Removal Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Mar 09, 2022 02:50 pm MST
- Original Published Date: Mar 08, 2022 02:44 pm MST
- Updated Date Offers Due: Apr 07, 2022 11:00 am MDT
- Original Date Offers Due: Apr 07, 2022 11:00 am MDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Apr 22, 2022
- Original Inactive Date: Apr 22, 2022
- Initiative:
- None
Classification
- Original Set Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
- NAICS Code:
- 561730 - Landscaping Services
- Place of Performance: Colorado Springs , CO 80916USA
Description
UPDATE TO ATTACHMENTS
**An updated Conbination Synopsis/Solicitation - Request for Proposal document is incorporated that corrects the dates for the following: Site Visit and Site Visit Registration dates, and Formal Communication dates.**
**An updated Attachment 8 - SF 1449 is incorporated that includes the solicitation release date in Block 6. No changes have been made to this solicitation**
This is a combined synopsis/solicitation for commercial items prepared in accordance (IAW) with the format in FAR 12.603, Streamlined Solicitation for Commercial Products or Commercial Services, 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.
(i) This solicitation, FA2517-22-R-0009, is being issued as a Request for Proposals (RFP) for Grounds Maintenance and Snow/Ice Removal Services at Peterson Space Force Base (PSFB) in Colorado IAW Attachment 1 – Performance Work Statement. This requirement was originally solicited as FA2517-21-R-0019, which was cancelled due to changes in the requirements.
(ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04 as of 30 January 2022.
(iii) This acquisition is being procures as a 100% HUBZone set-aside. The North American Industrial Classification System (NAICS) code is 561730 – Landscaping Services and the size standard is $8M.
(iv) Contractor shall utilize the below line item structure when preparing proposals:
*See Attachment 2 – Price List
(v) The following commercial service is being requested in this solicitation:
The purpose of this contract is to obtain grounds maintenance and snow/ice removal services at Peterson Space Force Base (PSFB). The Contractor shall provide non-personal services, to include all personnel, equipment, tools, supervision, and other items and services necessary to ensure that grounds maintenance is performed at Peterson Space Force Base (PSFB) in a manner that will promote the growth of healthy grass, trees, shrubs, and plants and present a clean, neat, and professional appearance.
(vi) The resulting contract will be a single Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a five (5) year ordering period plus a six (6) month option period to extend services. The anticipated performance start date is 01 June 2022.
(vii) The provision 52.212-1, Instructions to Offerors/Commercial Items (NOV 2021) applies to this acquisition, as amended below.
ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS
1. NOTICE TO OFFERORS:
This contract requires services to perform grounds maintenance services in accordance with (IAW) the attached Performance Work Statement (PWS).
The resulting contract will be an Indefinite Delivery/ Indefinite Quantity (ID/IQ) contract with a five (5) year ordering period plus a six (6) month option period to extend services. This Request for Proposals is being issued as a competitive 100% small business HUBZone set-aside. Maximum contract value is $9,990,000 with a Minimum guarantee of $2,500. The Government intends to award a Firm-Fixed Price (FFP) contract for NAICS code 561730 - Landscaping Services.
This acquisition is a 100% HUBZone set-aside. Joint Venture agreements are allowable on competitive HUBZone set-asides, however, the Joint Venture agreement must be in accordance with the restrictions outlined in 13 CFR 126.616. If you are contemplating a Joint Venture on this project you must advise the Contracting Officer, in writing, as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date.
2. PROPOSAL SUBMISSION:
A. General Instructions: This section provides general guidance for preparing proposals, as well as specific instructions on the format and content of the proposal. Throughout this solicitation, the term “Offeror” includes subcontractors, teammates and/or Joint Venture partners. The Offeror’s proposal must include all data and information requested, and must be submitted in accordance with (IAW) these instructions. Any Offeror who submits an incomplete package may be considered non-responsive. The Offeror shall be compliant with the requirements as stated in the solicitation. A proposal that is sufficiently documented to support technical capability and price in a complete, orderly and specific detailed manner will enable the Government to perform a thorough and fair evaluation. Non-compliance with the instructions and solicitation may be grounds to eliminate the proposal from consideration for contract award. The Government intends to award a contract without discussions with respective Offerors, but reserves the right to hold exchanges should it be in the Government’s best interest. Proposals must be complete, self-sufficient, and respond directly to the requirements of this Request for Proposals. Alternate proposals will not be accepted.
B. Other than Certified Cost & Pricing Data. The Contracting Officer has determined there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists, no additional data will be requested. However, if at any time during this competition, the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit data other than certified cost and pricing data to the extent necessary for the Contracting Officer to determine price reasonableness.
- Submission Requirements: Documents submitted in response to this solicitation must be fully responsive to and consistent with requirements of this solicitation and the Performance Work Statement (PWS).
- Representations and Certifications: See FAR 52.212-3 of this solicitation for complete instructions. This provision must be submitted with the Offeror’s proposal. Representations and Certifications shall be included on Attachment 6 - Contractor Submittal Form and shall not be included in Volume I or Volume II.
C. Proposal Preparation and Format Instructions. This section provides general guidance for preparing the format and content of proposals. Each volume shall be complete in itself. To assure timely and equitable evaluation of proposals, Offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and all PWS requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Any exceptions shall be identified on Attachment 6 - Contractor Submittal Form.
- Page Limitations: Page limitations shall be treated as maximums. Total page count will be based on the printed proposal submission. If page limitations are exceeded, only page one (1) through the identified maximum pages will be reviewed for evaluation. Excess pages will not be read nor considered in the evaluation of the proposal. A page is defined as each face of an 8.5 x 11-inch sheet of paper containing information. All information, except for document numbers, page number, etc., shall be provided in an image area of 7 x 9 inches. Two (2) pages may be printed back-to-back on one (1) sheet of paper. However, this will be considered two (2) pages for the purpose of page count. The background color of each page of the proposal submission shall be white. One (1) cover or title page is allowable and up to two (2) index pages are allowable for each Volume. These three (3) pages do not count towards the total page counts. The maximum number of pages for each volume is listed below.
TITLE NUMBER OF COPIES MAXIMUM NUMBER OF PAGES
Attachment 6 – Contractor Submittal Form 1 No page limit
Volume I - Price 1 No page limit
Volume II – Technical Capability 1 Limit of no more than twelve (12) pages
- No more than eight (8) pages for Sub-factor 1;
- No more than two (2) pages for Sub-factor 2;
- No more than two (2) pages for Sub-factor 3.
Pages exceeding this amount will not be reviewed or considered for the purpose of evaluation, including any pages in excess of the page limits for each Sub-factor, as described above.
- Text. Text type shall be Times New Roman or Arial, no smaller than 12-point with normal proportional spacing. Illustrations and tables shall be no smaller than Times New Roman or Arial 10 point. Text lines will be, at a minimum, single-spaced.
- Tables, Charts, Graphs, and Figures. Legible tables, charts, graphs and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible, and shall not exceed 11 x 17 inches in size. 11 x 17 pages may only be used for large tables, charts, graphs, diagrams and schematics and not for pages of text. For graphics, exhibits and figures, text shall be no smaller than Times New Roman or Arial 10-point font. Text within tables shall be no smaller than Times New Roman or Arial 10-point font. These limitations shall apply to electronic submissions.
- Proposal Clarity. The proposal shall be clear and concise, and shall include sufficient detail for effective evaluation of the Offeror’s capabilities and for substantiating the validity of stated claims. The Offeror’s proposal shall not simply rephrase, reiterate, or restate the Government’s own language, but rather shall provide a convincing and complete rationale describing how it intends to fulfill the requirement. The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities and experience, and will base the evaluation on the information presented in the Offeror’s proposal.
- Electronic Submission. Submit a signed and dated offer to the 21st Contracting Squadron, ATTN: Tracie Winfree, Contracting Officer, via email to tracie.winfree@spaceforce.mil, Jennifer Miller, Contracting Officer, jennifer.miller.61@spaceforce.mil, and John Sinclair, Contract Specialist, John.Sinclair.1@spaceforce.mil. ONLY EMAILED OFFERS WILL BE ACCEPTED.
-
- Offers must be submitted on Attachment 8 - SF 1449 and other documents as specified in the solicitation. Offers must be received by the date and time specified in block 8 on Attachment 8 - SF 1449.
-
- E-mail proposals are the only acceptable format. Send email proposals to all of the following: tracie.winfree@spaceforce.mil, jennifer.miller.61@spaceforce.mil, and john.Sinclair.1@spaceforce.mil. E-mail proposals must be received by the date and time specified in block 8 of Attachment 8 – SF 1449 to be considered timely. Any proposals received into the above-referenced email inboxes after the date and time in block 8, will be considered late and will not be considered for evaluation or award. It is the Offeror’s responsibility to ensure the Government receives its proposal on time. It is recommended to not wait to the last moment to submit your proposal. The Government is not responsible for proposals submitted electronically and not received on time.
D. Acceptance of an Offer. A written notice of award or acceptance of an offer 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. Offerors must agree to hold the prices in their offer firm for 120 calendar days from the date specified for receipt of offers.
E. Specific Proposal Instructions. To assure timely evaluation of the proposal, the Offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of three (3) separate parts; Volume I – Price, Volume II – Technical Capability, and Attachment 6 - Contractor Submittal Form. By submitting a proposal, the Offeror agrees to the contract terms and conditions as written in the solicitation, with attachments. Attachment 8 – SF 1449 constitutes the model contract.
- Attachment 6 - Contractor Submittal Form. Offerors shall submit a completed contractor submittal form provided by the Government under Attachment 6 – Contractor Submittal form. Attachment 6 shall be returned in its entirety as a stand-alone document. Attachment 6 shall not be submitted as part of Volume I or Volume II.
- Volume I – Price. The price volume shall consist of Attachment 8 – SF 1449, Attachment 2 - Price List, and Attachment 3 - Special Requirements/Xeriscaping Price Sheet. For Attachment 8 – SF 1449, complete blocks 12, 17a and 30a, b, and c. In doing so, the Offeror agrees to the contract terms and conditions as written in the solicitation, with attachments. The solicitation constitutes the model contract. The Government will award task orders using the values on Attachment 2 - Price List and Attachment 3 – Special Requirements/Xeriscaping Price Sheet.
-
- Attachment 2 - Price List, the Offeror shall complete the Price List for the life of the contract. The basic contract will be a 5-year ordering period, with a six (6) month option to extend; there is a tab for each performance year (1 June – 31 May), as well as for the six (6) month option period (1 June – 30 November). All unit prices shall include all associated costs (General and Administrative (G&A) costs plus profit or fee, labor, materials etc.). This attachment will be included as an attachment to the contract and represent Firm-Fixed prices over the life of the contract.
-
- All Prices shall not exceed two (2) decimal places (e.g., $100.50, $.75, $1,234.35)
- Offerors shall only input their unit prices for task items under CLINs X002 through X025 for the Base Period and all out years. CLIN X026 will be a plug number in the amount of $15,000.00 for the Base Year, $15,300.00 for Year 1, $15,606.00 for Year 2, $15,918.12 for Year 3, and $16,236.48 for Year 4. CLIN X026 will be included in the TEP. CLIN X026 will be negotiated individually at time of any potential future Task Order awards. CLIN X027 will be a plug number in the amount of $32,015.02 for the Base Year, $32,655.32 for Year 1, $33,308.43 for Year 2, $33,974.60 for Year 3, and $34,654.09 for Year 4. CLIN X027 will be included in the TEP. CLIN X027 will be priced from Attachment 3 – Special Requirements/Xeriscaping Price Sheet at time of any potential future Task Order. The award price for CLINS X002 through X027 will be determined as follows:
- The sum of the Base Year plus all out-years (Year 1, Year 2, Year 3, and Year 4) for each CLIN (CLINS X002 through X0027), divided by the number of unit quantities row E of the Price Sheet multiplied by the 5-year ordering period. For example, if CLIN X002 was priced $120,000.01 for the Base Year, $121,100.01 for Year 1, $122,200.01 for Year 2, $123,300.01 for Year 3, and $124,200.01 for Year 4, the sum would be $610,800.05. The number of unit quantity for CLIN X002 is 7 per year, multiplied the 5-year ordering period, equaling 35 total unit quantity for the life of the contract. $610,800.05 divided by 35 would result in an award price of $17,451.43 for CLIN X002. CLIN X026 will be the sum of all plug numbers ($15,000.00 + $15,300.00 + $15,606.00 + $15,918.12 + $16,236.48 = $78,060.60) divided by 5 (1 quantity per year multiplied by the 5-year ordering period) ($78,060.60/5) for the amount of $15,612.12 for CLIN X026. CLIN X027 will be the sum of all plug numbers ($32,015.02 + $32,655.32 + $33,308.43 + $33,974.60 + $34,654.09) divided by 5 (1 quantity per year multiplied by the 5-year ordering period) ($166,607.45/5) for the amount of $33,321.49 for CLIN X027.
- Each CLIN for the six-month extension (1002 through 1027) will be priced by dividing the total for that CLIN by the number of unit quantities in row E of the 6-mo Ext tab on the Price Sheet. For example, if CLIN 1005 was priced $12,000, it would be divided by 6 and would result in a price of $2,000 for CLIN 1005. CLIN 1026 will be a plug number in the amount of $8,442.90. The total value of CLIN 1026 ($8,442.90) will be divided by 1 ($8,442.90/1) for the amount of $8,442.90 for CLIN 1026. CLIN 1027 will be a plug number in the amount of $17,327.05. The total value of CLIN 1027 ($17,327.05) will be divided by 1 ($17,327.05/1) for the amount of $17,327.05 for CLIN 1027.
- The Government will make award using the individual unit prices on Attachment 2 - Price List, and Attachment 3 - Special Requirements/Xeriscpaing Price Sheet. CLINS 0002 through 0027 will be for the 5-year period and the Government may order some, none or all tasks identified on Attachment 2 - Price List and Attachment 3 – Special Requirements/Xeriscaping Price Sheet. CLIN 0026 will be a plug number in the amount of $15,000.00 for the Base Year, $15,300.00 for Year 1, $15,606.00 for Year 2, $15,918.12 for Year 3, and $16,236.48 for Year 4. However, if needed, a TO will be negotiated and priced at the time the requirement arises. These amounts will be funded as funds or the need arises. CLIN X027 will be a plug number in the amount of $32,015.02 for the Base Year, $32,655.32 for Year 1, $33,308.43 for Year 2, $33,974.60 for Year 3, and $34,654.09 for Year 4. However, if needed, a TO will be issued using the pricing from Attachment 3 – Special Requirements/Xeriscaping Price Sheet at the time a requirement arises. These amounts will be funded as funds or the need arises. The Offeror’s proposed unit prices, as displayed on the Price List and Price Sheet, will be incorporated into the resultant contract.
- The Offeror shall insert proposed unit and extended prices for each CLIN (0002- 0027/1002-1027) on each tab (Base, Ordering Year 1, Year 2, Year 3, Year 4, and 6-month option to extend).
- The six-month extension shall be priced IAW FAR clause 52.217-8. If the six-month extension is used, it will be priced at the current period of performance rates. For evaluation purposes, the six-month extension shall be proposed at the same rates as Year 4.
- Attachment 2 - Price List, shall be submitted in Microsoft Excel format with all formulas visible and all cells unlocked.
-
- Attachment 3 – Special Requirements/Xeriscaping Price Sheet, the Offeror shall complete the Price Sheet for the life of the contract. The basic contract will be a 5-year ordering period, with a six (6) month option to extend; there is a tab for each performance year (1 June – 31 May), as well as the six (6) month option to extend (1 June – 30 November). All unit prices shall include all associated costs (General and Administrative (G&A) costs plus profit or fee, labor, materials etc.). This attachment will be included as an attachment to the contract and represent Firm-Fixed prices over the life of the contract.
-
- All Prices shall not exceed four (4) decimal places (e.g., $100.5055, $.75.0111, $1,234.3509).
- Offerors shall insert proposed unit and extended prices for Task Items under Tasks 0001 through 0146 on each tab (Base, Ordering Year 1, Year 2, Year 3, Year 4, and 6-month option to extend)..
- Attachment 3 – Special Requirements/Xeriscaping Price Sheet, shall be submitted in Microsoft Excel format with all formulas visible and all cells unlocked.
- Column H, represents amounts to provide a scope. The Government may order some, none or all of the amounts identified. If there is a need, the Government could order more of an identified amount at the same price but it is not expected that the total would exceed the Government plug number.
- An independent evaluation will be conducted on this Price Sheet to determine fair and reasonable and balanced pricing. For the purpose of determining the ceiling and Total Evaluated Price (TEP), a plug number will be inserted in each tab of Attachment 2 – Price Sheet for CLIN X027, as described in the previous section.
- Volume II – Technical Capability. Each Offeror shall submit a technical proposal that addresses all technical subfactors and how they will meet or exceed the PWS requirements. The technical proposal shall demonstrate an understanding of and an approach to accomplishing the requirements specified in the Performance Work Statement (PWS). Proposals shall address the following Technical Capability Sub-factors: 1.) Grounds Maintenance and Management Plan; 2.) Experience; and 3) Permits and Licenses.
- SUB-FACTOR 1: Grounds Maintenance and Management Plan: The Offeror shall submit a grounds maintenance and management plan, no more than eight (8) one-sided (four (4) double-sided) pages that demonstrates understanding of and an approach to accomplishing the requirements specified in the Performance Work Statement (PWS) regarding grounds maintenance and management at PSFB. The narrative should describe in detail each of the following sub-factor 1 requirements in the order described below:
- Provide a plan which demonstrates a clear and sound approach and describes all contractor provided motorized equipment to be utilized at PSFB to meet specific PWS requirements in sections 1.1 through 1.1.11 for Maintain Improved Grounds, all of 1.2 for Semi-Improved Grounds, all of 1.4 for Un-Improved Grounds, and all of 1.7 for Snow/Ice Removal.
- Provide a plan that shows a clear understanding of the requirements by providing staffing information to ensure that positions will be manned to meet or exceed PWS requirements. The staffing information shall include, at a minimum, position titles, number of employees, certifications (if any), and staffing hierarchy as applicable to execution of a timely and effective response.
- SUB-FACTOR 2: Experience: The prime offeror must submit information on Attachment 5 - Experience Form for a single effort or combined efforts (e.g. task order, purchase order, contract, etc.) performed or managed by the prime offeror as either a prime contractor or subcontractor clearly demonstrating a comprehensive understanding of tasks required to perform grounds maintenance services, performed concurrently, which meets ALL of the following criteria:
- Each Offeror shall submit one (1) to five (5) efforts that encompass all orders and contracts combined that meet the required criteria below (2-4). The Offeror need not submit five (5) efforts if all criteria are met with less efforts. Efforts must have been performed concurrently with at least six (6) months’ overlap among contracts. For example, if the Offeror has two (2) (or more) concurrent contracts that each only meets part of the criteria listed below, that Offeror should include them only if all the periods of performance among the contracts overlap for a minimum of six (6) months. If the two (2) (or more) concurrent contracts do not have a minimum of six (6) months’ overlap among each other, they should not be included. The overlap time will only be considered valid if all six (6) months overlap occurred at the same time. The intent is to show the contractor has experience with the minimum criteria listed below that has occurred at the same time. The Government will contact the POCs provided and validate the dates, annual cost, ground maintenance and management of acreage, as well as square footage of coverage. The Government will make up to three (3) attempts to reach the individual provided. If no contact is made and the information cannot be validated, the experience provided will not be considered for award.
- Services shall be ongoing or completed within the past five (5) years from the issuance date of the Request for Proposals.
- Services shall be for an annual contract amount of $1,000,000 or more.
- Performance must have included grounds maintenance and management of at a minimum of 50 acres and must have included snow removal and monitoring for a minimum of 600,000 square feet.
- Experience Form (Attachment 5 - Experience Form). Attachment 5 shall be returned in its entirety. The Experience Form shall be included in Volume II and shall not exceed two (2) pages.
- SUB-FACTOR 3: Permits and Licenses: The Offeror shall identify all appropriate permits and licenses that demonstrate understanding of and approach to accomplishing all requirements specified in the Performance Work Statement (PWS). Permits and licenses do not need to be submitted with Offeror’s proposal, but shall have valid permits and licenses identified in the PWS and technical proposal on day 1 of contract performance.
F. Exceptions to Solicitation Requirements. Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Each exception shall explicitly reference each paragraph and/or specific part of the solicitation to which the exception is taken. Offerors shall provide rationale in support of each exception taken, and fully explain its impact, if any, on the performance, schedule, cost, and specific requirements of the solicitation. This information shall be provided in the format and content of the following Table and documented in Attachment 6 - Contractor Submittal Form:
Solicitation Exceptions
- RFP Document (PWS, etc.)
- Page/Paragraph (Applicable page and paragraph number(s).)
- Requirement/Portion (Identify the requirement or portion to which exception is taken.)
- Rationale (Describe why the requirement can/will note be met.)
G. The Offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers.
H. For this solicitation, the Government will award a contract on an 'all or none' basis; multiple awards will not be contemplated.
I. It is incumbent upon the interested parties to review SAM.gov frequently for any updates or amendments. The Offeror shall provide evidence as required by any amendment that the Offeror's proposal incorporates all amendments to the solicitation (if applicable, see Attachment 6 - Contractor Submittal Form).
J. The Offeror shall complete the necessary Representations and Certifications in SAM.gov and supplemented in full text within this solicitation. If Representations and Certifications in SAM.gov are completed, state accordingly in the proposal package (See Attachment 6 - Contractor Submittal Form). If not complete, representations and certifications shall be included on Attachment 6).
3. FORMAL COMMUNICATIONS:
Questions and requests for clarification or information concerning this solicitation must be provided in writing NO LATER THAN 11:00 A.M. Mountain Time on 22 March 2022. Answers will be compiled and posted electronically to the SAM.gov website: https://www.sam.gov.
Questions should be emailed to all of the following: tracie.winfree@spaceforce.mil, jennifer.miller.61@spaceforce.mil, and john.Sinclair.1@spaceforce.mil. The subject line of all correspondence should reference the Request for Proposals (RFP) number (FA2517-22-R-0009).
4. SITE VISIT INFORMATION
An organized site visit will be held 17 March 2022. Pre-registration is required, instructions are below (Additional Requirements). If a potential Offeror does not pre-register, that Offeror will not be able to attend the site visit. Prospective Offerors must arrive at the Peterson Space Force Base Visitors’ Center, at 7:45 AM Mountain Time to check in. The site visit will last until approximately 11:00 AM Mountain Time. A bus will depart from the Visitors Center promptly at 8:00 AM Mountain Time.
Peterson Space Force Base
When: 17 March 2022 at 8:00 AM Mountain Time
Location Address: PSFB Visitors’ Center, 1334 Stewart Ave., Colorado Springs, CO 80914
INSTRUCTIONS: Prospective Offerors must arrive at the Peterson Space Force Base (PSFB) Visitors Center, at 7:45 AM Mountain Time to check in. A bus will depart from the Visitors Center promptly at 8:00 AM Mountain Time.
ADDITIONAL REQUIREMENTS:
A. Prospective Offerors planning to attend the site visit must email the POCs listed below NO LATER than 15 March 2022 at 11:00 AM Mountain Time. The number of personnel for the site visit is limited to no more than two (2) per contractor. Prospective Offerors shall submit the individuals’ information via PHONE CALL TO 21CONS (This information contains personally identifiable information, therefore information SHALL NOT be provided via email): Full Name, SSN, Date of Birth, Driver’s License Number, and Issuing State. Once you call the POCs listed below, you should receive a verbal confirmation as well as an email response that your registration has been accepted. It is the offeror’s responsibility to ensure they have been pre-registered. No further contact will be accepted for registration after 11:00 AM Mountain Time on 15 March 2022. Anyone who plans to attend the site visit, but fails to contact the POCs prior to the deadline stated above, will not be permitted to attend.
POC: John Sinclair, john.sinclair.1@spaceforce.mil, 719-556- 9512
POC: Jennifer Miller, jennifer.miller.61@spaceforce.mil, 719-556-7796
B. Prospective Offerors will not be allowed to drive their own vehicles and must remain with the group at all times- even if they have a valid ID card to access the base. Transportation will be provided by the Government from the Visitors’ Center and back following the conclusion of the site visit.
C. All questions SHALL be submitted in writing in accordance with the instructions outlined above in the Formal Communications section. Questions will be answered at the site visit, but are considered non-official. ALL questions asked, whether answered at the site visit or not, MUST be submitted in writing NLT 11:00 AM Mountain Time on 22 March 2022. All questions with answers will be posted on SAM.gov within five (5) days of submission as an amendment to the solicitation. Only written answers are considered official.
D. Contractors visiting PSFB must follow the most current Public Health Directives. These directives can be found at https://www.peterson.spaceforce.mil/covid-19/. Masks are currently required.
(End of Addendum)
(viii) FAR 52.212-2(a) Evaluation - Commercial Items (November 2021), applies to this acquisition as amended below.
ADDENDUM TO FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS
A. Basis for Contract Award. The Government intends to 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. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Award shall be made to the Offeror with the lowest fair and reasonable, and balanced price, whose proposal receives a “Pass” rating for all technical sub-factors.
The following factors shall be used to evaluate each Offeror’s proposal:
B. Evaluation Factors. In evaluating offers, the Government will select the proposal that is most advantageous to the Government. To arrive to a decision, the Government will assess each offer in accordance with the following evaluation factors:
Factor 1: Price
Factor 2: Technical Capability
C. Award Process. The Government will make award to the responsive, responsible Offeror who provides a technically acceptable proposal with the lowest fair, reasonable and balanced price. For a proposal to be considered responsive, an Offeror shall submit a proposal that clearly meets the minimum requirements and follows all instructions set forth in the solicitation.
Initially, the Government will review all proposals to determine if each timely received proposal meets the requirements of the solicitation and PWS and its requirements to determine if the Offeror is responsive.
Next, the responsive proposals will be ranked from lowest to highest Total Evaluated Price (TEP). The lowest priced proposal will then be evaluated for technical acceptability. If that proposal is determined to be technically acceptable, then it will be evaluated for price fairness, reasonableness, and balance.
If that proposal is determined to be fair, reasonable, and balanced, then award will be made to that Offeror and evaluations will conclude. No additional proposals will be evaluated for technical acceptability or considered for award.
If the lowest priced Offeror is not determined to be fair, reasonable, and balanced, the next lowest priced Offeror will be evaluated for technical acceptability. This process will continue until a proposal is received that is technically acceptable and the price is fair, reasonable, and balanced.
Failure to meet the requirements of this solicitation may, at the Government's sole discretion, result in the proposal being determined unacceptable, being ineligible for award and eliminated at this point from the competition and further consideration.
D. Contractor Responsibility. In order to be eligible for award the contractor must be deemed responsible IAW FAR 9.1. Information obtained from other sources available to the Government, such as the Contractor Performance Assessment Reporting System (CPARS), may be used as part of the responsibility determination IAW FAR 9.104-1. The Government reserves the right to obtain information relative to present and past performance from any source at its sole discretion.
E. Written Notice. 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 and 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.
FACTOR 1 - PRICE EVALUATION
A. General. The Government shall use the Offeror’s completed Price List (Attachment 2) and Price Sheet (Attachment 3) to evaluate the Offeror’s proposed pricing.
B. Evaluation of Price. Failure to propose for any category in the Price List or Price Sheet may cause the Offeror's proposal to be rejected as unacceptable. An Offeror whose total evaluated price is unreasonable (in accordance with FAR 15.404 and FAR 31.201-3) and /or unbalanced (in accordance with FAR 15.404-1) may not be considered for award. The Government reserves the right to conduct exchanges with the lowest TEP Offeror.
C. Total Evaluated Price (TEP) Calculation. For evaluation purposes, total evaluated price (TEP) is calculated as follows: Total Evaluated Price = the sum of CLINS 0002 through 0027 from the Base tab and each additional tab (Year 1, Year 2, Year 3, and Year 4). The six month extension pricing shall be IAW those proposed unit pricing for Year Four (4), with no escalation; the six month extension shall be calculated as follows: the sum of CLINS 1002 through 1027. CLIN 0026, 0027, 1026, and 1027 are pre-populated with plug numbers and shall not be changed. All proposed pricing on Attachment 2 – Price List shall not exceed two (2) decimal points. All proposed pricing on Attachment 3 – Special Requirements/Xeriscaping Price Sheet shall not exceed four (4) decimal points. The total of all Tasks for the Base and each additional tab (Year 1, Year 2, Year 3, Year 4, and the 6-month option to extend) pricing on Attachment 3 – Special Requirements in block H159 of each tab shall be rounded, using standard rounding rules, to the nearest two (2) decimal points. Offerors whose total evaluated price is unreasonable (in accordance with FAR 15.404 and FAR 31.201-3) and/or unbalanced (in accordance with FAR 15.404-1) may not be considered for award.
D. Annual Escalation. The Period of Performance (PoP) for this requirement is a five-year ordering period. If annual escalation is anticipated, except for SCLA wage rates, it shall be incorporated into the Offeror's proposal for all five years on both Attachment 2 – Price List and Attachment 3 – Special Requirements/Xeriscaping Price Sheet. Labor shall not be escalated; Labor is based on wage determinations and will be incorporated annually. Escalation pricing shall be captured in CLINS 0002 through 0027. Escalation pricing will be evaluated as a rate of increase from previous years and will be evaluated IAW FAR 15.404-1 price analysis procedures.
E. Unbalanced Pricing. Offers should be sufficiently detailed to demonstrate balanced pricing. The burden of proof for credibility of proposed prices rests with the Offeror. The Government may also determine a proposal unacceptable should the proposed prices be materially unbalanced. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more items is significantly overstated or understated as indicated by the application of price analysis techniques. The Government will evaluate offers for award purposes by adding the total price for all extended years to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the extended years prices are significantly unbalanced.
FACTOR 2 - TECHNICAL EVALUATION
A. General. The lowest priced responsive offer will then be evaluated for technical acceptability. The Government will evaluate technical acceptability on a pass/fail basis. ALL Technical Capability Sub-factors must be rated "Pass" in order for the proposal to be technically acceptable. To be eligible for award, an Offeror must have a "Pass" rating for every sub-factor either on the basis of the initial proposal, or as a result of discussions, if conducted.
B. Description. Factor 2 – Technical Capability, will be evaluated on a pass/fail basis on three (3) sub-factors: Sub-Factor 1 – Grounds Maintenance and Management Plan; Sub-factor 2 – Experience; and Sub-factor 3 – Permits and Licenses.
FACTOR 2
Rating (Description)
- Pass (Meets solicitation and PWS requirements; the proposal is awardable.)
- Fail (Does not meet solicitation and PWS requirements; the proposal is un-awardable.)
C. SUB-FACTOR 1: Grounds Maintenance and Management Plan: To receive a “Pass” rating for Sub-factor 1 – Grounds Maintenance and Management Plan, the Offeror must submit a detailed plan, no more than eight (8) one-sided (four (4) double-sided) pages that demonstrates understanding of and approach to accomplishing the requirements specified in the Performance Work Statement (PWS) regarding grounds maintenance and management at PSFS. The narrative must describe in detail all of the following Sub-factor 1 requirements in the order described below:
- The proposed plan shall demonstrate a clear and sound approach and describes all contractor provided motorized equipment to be utilized at PSFB to meet specific PWS requirements in sections 1.1 through 1.1.11 for Maintain Improved Grounds, all of 1.2 for Semi-Improved Grounds, all of 1.4 for Un-Improved Grounds, and all of 1.7 for Snow/Ice Removal.
- The proposed approach provides adequate staffing information to include position titles, number of employees, and staffing hierarchy as applicable to execution of a timely and effective response.
Grounds Maintenance and Management plans that do not receive a pass rating on all of the above Sub-factor 1 requirements, will receive a “Fail” rating, and will be ineligible for award.
D. SUB-FACTOR 2: Experience: To receive a “Pass” rating for Sub-factor 2 – Experience, the prime contractor must submit information on Attachment 5 - Experience Form for a single or combined efforts (e.g. task order, purchase order, contract, etc.) performed or managed by the prime as either a prime contractor or subcontractor clearly demonstrating a comprehensive understanding of tasks required to perform grounds maintenance services, performed concurrently, which meets ALL of the following criteria:
- Each Offeror shall submit one (1) to five (5) effort(s) that meet all criteria identified in numbers 2-4 in this section.
- Services rendered for the effort shall be ongoing or completed within the past five (5) years from the issuance date of this solicitation.
- The project must be for an annual contract amount of $1,000,000 or more;
- Performance must have included grounds maintenance and management of at a minimum 50 acres and must have included snow removal and monitoring for a minimum of 600,000 square foot of land.
Experience not meeting all of the above criteria for experience will receive a "Fail" rating, and will be ineligible for award.
E. SUB-FACTOR 3: Permits and Licenses: The Offeror shall identify all appropriate permits and licenses required to meet all PWS requirements. The intent of providing this information is to ensure the Offeror has a complete and thorough understanding of and approach to accomplishing the PWS requirements. Offerors do not need to submit actual permits, licenses or certificate with its proposal, but should understand that these items are required on the 1st day of contract performance.
All Permits and Licenses, required to meet all PWS requirements, shall be identified or Sub-factor 3 will receive a “Fail” rating, and will be ineligible for award.
(End of Addendum)
(ix) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Services (Nov 2021), applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Services. Completely fill-in and return Attachment 6 - Contractor Submittal Form along with your proposal.
(x) Other provisions and clauses that pertain to this award are:
*See Attachment 8 – Provisions and Clauses
(xi) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition.
(xii) Submit any questions regarding this solicitation no later than 11:00 A.M. Mountain Time on 22 March 2022 to BOTH Jennifer R. Miller at jennifer.miller.61@spaceforce.mil and SSgt John J. Sinclair at john.sinclair.1@spaceforce.mil.
(xiii) All proposals are due via email no later than the date and time specified in Attachment 8 – SF 1449. Please submit your proposal to BOTH Jennifer R. Miller at jennifer.miller.61@spaceforce.mil and SSgt John J. Sinclair at john.sinclair.1@spaceforce.mil.
Attachments
- Attachment 1 – Grounds MX PWS
- Exhibit 1 – Snow Removal Map
- Exhibit 2 – Improved, Semi-Improved, and Un-Improved Grounds Map
- Exhibit 3 – Irrigation and Irrigation System Map
- Attachment 2 – Price List
- Attachment 3 – Special Requirements/Xeriscaping Price Sheet
- Attachment 4 – WD 2015-5417 Rev 19
- Attachment 5 – Experience Form
- Attachment 6 – Contractor Submittal Form
- Attachment 7 – Provisions and Clauses
- Attachment 8 – SF 1449
Attachments/Links
Contact Information
Contracting Office Address
- ADMIN ONLY NO REQTN CP 719-556-4230 135 DOVER STREET STE 1055
- PETERSON SFB , CO 80914-1117
- USA
Primary Point of Contact
- Jennifer Miller
- jennifer.miller.61@spaceforce.mil
- Phone Number 7195567996
Secondary Point of Contact
- John Sinclair
- john.sinclair.1@spaceforce.mil
- Phone Number 7195569512
History
- Apr 22, 2022 09:56 pm MDTCombined Synopsis/Solicitation (Updated)
- Mar 30, 2022 07:23 am MDTCombined Synopsis/Solicitation (Updated)
- Mar 23, 2022 07:41 am MDTCombined Synopsis/Solicitation (Updated)
- Mar 09, 2022 02:50 pm MSTCombined Synopsis/Solicitation (Updated)
- Mar 09, 2022 09:34 am MSTCombined Synopsis/Solicitation (Updated)
- Mar 08, 2022 02:44 pm MSTCombined Synopsis/Solicitation (Original)