Alabama Bids > Bid Detail

Trees Clearing in Huntsville AL

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159036214828743
Posted Date: Feb 13, 2023
Due Date: Feb 24, 2023
Solicitation No: 6973GH-23-Q-00063
Source: https://sam.gov/opp/9d255f21dc...
Follow
Trees Clearing in Huntsville AL
Active
Contract Opportunity
Notice ID
6973GH-23-Q-00063
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 13, 2023 04:11 pm CST
  • Original Published Date: Feb 07, 2023 02:54 pm CST
  • Updated Date Offers Due: Feb 24, 2023 03:00 pm CST
  • Original Date Offers Due: Feb 24, 2023 03:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 25, 2023
  • Original Inactive Date: Feb 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Huntsville , AL 35810
    USA
Description View Changes

UPDATE 01



RELEASED: 2/13/2023



Amendment 01 of the RFQ is hereby released and replaces previous version. The purpose of this amendment was an administrative correction to Block 10 of page 1 to remove page numbers and reference to Uniform Contract Format sections not used in this RFQ which is using simplified acqusition procedures. Also, the blocks on page 1 and 2 requiring data entry have been highlighted for the conveneince of interested vendors.





No other changes have been made to the Statement of Work (SOW) or to the orginal terms and conditions of the RFQ. This was an administrative correction only.



The offer due date remains unchanged.



(end of update)



_______________________________________________________________________________________________________









The FAA has a requirement for tree and brush removal at the Very High Frequency Omnidirectional Range facility in Huntsville, Alabama as found on the attached Statement of Work. A purchase order for this work is intended to be awarded to the lowest price offeror otherwise eligible for award per the information contained in this announcement.



This is a competitive solicitation for a FIRM FIXED PRICE (FFP) contract. As such, any quotes received that take exception to the terms and conditions in this solicitation, proposes additional terms or conditions, or otherwise indicates their proposed price is neither firm nor fixed, cannot be evaluated at face value in a fair and equal competitive environment and will, therefore, be determined ineligible for a contract award. As such, it is highly advised that the instructions contained in this message be followed as closely as possible.



This requirement is a 100% small business set-aside. Active registration in System for Award Management (SAM.gov) is required for award eligibility.



Award is anticipated within 10 days of offer due date; however, start of performance is subject to notice to proceed. Performance is estimated to begin within 90 days of award and upon the availability of FAA oversight personnel.



Any activities or costs associated with offerors proposal development and submission thereof is at the risk of the offeror and will not be reimbursed by the FAA.





1. SITE VISIT



The pre-bid site visit has been scheduled to occur on February 15th, 2023 at 9am at 4496 Juniper DR, Huntsville, AL 35810. All vendors must contact Ron Nelson to register for the pre-bid walkthrough before showing up on site.



Site Visit POC: Ron Nelson Cell: 901-482-7667



Attendance to the site visit is not mandatory to submit an offer but is highly encouraged. The FAA’s expectation upon a purchase order award is that the work will be performed without adjustment to price for circumstances that should have been known if the site visit offered in this announcement had been attended. Offerors are cautioned that 3.2.2.3-42 Differing Site Conditions (July 2004) is included in the RFQ and will be included in subsequent purchase order award.





2. INSTRUCTIONS (HOW TO RESPOND)



Offerors must complete the RFQ document to include highlighted fill-in blocks, total Firm Fixed Price, and required representations and certifications (please check appropriate box) located at the following clauses:





3.3.1-41 ELECTRONIC INVOICING - REPRESENTATION (JAN 2021) (Page 8 of RFQ)





3.6.4-22 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (JAN 2021) (Page 8 and 9 of RFQ)





3.6.4-24 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES- REPRESENTATION (JAN 2021) (Page 10 of RFQ)



Offerors are cautioned that no opportunity will be provided to change their proposed prices after the close of the solicitation period. As such, offerors are encouraged to submit their lowest and best offer initially.





PLEASE RETURN THE COMPLETED RFQ DOCUMENT IN FULL. DO NOT SUBMIT PARTIAL DOCUMENT OR EXCERPT PAGES FROM THE RFQ IN YOUR SUBMISSION







3. HOW YOUR QUOTE WILL BE EVALUTED



To be determined eligible for a contract award, an offeror must be determined “Acceptable” for three evaluation factors.



1. RESPONSIVENESS



2. RESPONSIBILITY



3. PRICE





A. EVALUATION FACTORS



I. RESPONSIVENESS



Quotes will be evaluated for responsiveness and determine “Acceptable” or “Unacceptable” using the following evaluation criteria:





a. Acceptable:



Returned RFQ document contains all pages with all highlighted items completed and neither RFQ document or conveying email or attachments contain contingency language that can be read to assume offered price is neither firm nor fixed.





b. Unacceptable



Returned RFQ document does not contain all pages or leaves highlighted items uncompleted or either RFQ document or conveying email or attachments contain contingency language that can be read to assume offered price is neither firm nor fixed.





II. RESPONSIBILITY



Each offer received will be evaluated for responsibility and determine “Acceptable” or “Unacceptable” using the following evaluation criteria:





a. Acceptable:



SAM: Offerors are found to have a current registration in SAM, are not found to have any active exclusions, and meet small business status eligibility for the NAICS associated with this announcement per thier SAM resepentations and certifications.





b. Unacceptable:



SAM: Offerors are not found to have a current registration in SAM, or are found to have any active exclusions, or does not meet small business status eligibility for the NAICS associated with this announcement per thier SAM represntations and certificaitons. .





III. EVALUATION OF PRICING







The lowest price offeror will be determined via price analysis of all offers received.



No additional pricing data is anticipated to be needed for the FAA's award decision at this time; however, the FAA reserves the right to request clarification information regarding pricing if risk to the FAA seems apparent. The FAA reserves the right to reject unreasonable or unrealistic high or low offers if requested clarifications are not provided when requested, or if clarifications received reveals significant risk to the FAA.





4. BASIS FOR AWARD DECISION



The FAA intends to award a contract to the lowest price offeror determined to be eligible for award per the evaluation descriptions provided herein. The FAA reserves the right to cancel this requirement at any time and without notice.





5. SUBMISSION AND OFFER DUE DATE



All responses to this solicitation for quotes must be received by email to the following:





Joshua.d.huckeby@faa.gov



Dean.d-ctr.nguyen@faa.gov





Responses are due no later than Thursday, February 24th, 2023 at 3:00 PM Central Time. Quotes received after this date in time will be determined “Late” and will not be considered for contract award.





Please include "6973GH-23-Q-00063” within the subject line of your email so that it can be easily recognized when received.






Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >