BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work and renovation of a mixed-use development in Ochopee, Florida. Completed plans call for the renovation of a playground / park / athletic field; and for site work for a playground / park / athletic field.

Big Cypress National Preserve (BICY) is a 729,000 acre unit of the National Park Service. The area is generally roadless with very limited access available only by use of an off-road vehicle. A variety of vegetation communities are represented within the contract area. Vegetation communities include open prairie, pineland, hammock, cypress forests and mangrove areas. This Task Order (TO) proposes the aerial treatment of Melaleuca and Lygodium within the areas depicted on the accompanying map. Big Cypress is home to several federally listed endangered wildlife species including the Florida panther, Red-cockaded woodpecker and the Eastern indigo snake. Service, IPMT AERIAL Invasive Plant Treatment at Big Cypress National Preserve Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation #: 140P5223R0030 Posted Date: July 25, 2023 Response Date: August 8, 2023 Product or Service Code: R499 (Support: Professional- Other) Set Aside: Total Small Business NAICS Code: 541620 (Environmental Consulting Services) Contracting Office Address NPS, Interior Region 2- South Atlantic Gulf 40001 SR 9336 Homestead, FL 33034 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-02 (23 Dec 19). The associated North American Industrial Classification System (NAICS) code for this procurement is 541620, with a small business size standard of $19 million. THIS SYNOPSIS PAGE CONTAINS ONLY A PARTIAL AMOUNT OF INFORMATION CONTAINED IN THIS SOLICITATION. The Standard Form 1449 together with this information make a complete solicitation package. Only the SF 1449 needs to be submitted with your proposal. This Acquisition may result in a firm fixed price purchase order. The Contracting Office for Interior Region 2 of the National Park Service in Homestead, FL is seeking to replace the fencing and gates for trail access points located within Big Cypress National Preserve in Ochopee, FL. Contractor shall provide all labor, supervision, licenses, tools, transportation and equipment necessary to replace existing shingle roofing and repair any damage to the roof structure, as well as prepare and paint the fascia/ gutters as necessary. The expected period of performance for this action is 30 days from mobilization to completion. All interested companies shall provide a proposal with a price breakdown of the project as well as the total price on the SF 1449. Site Location: Big Cypress National Preserve, 33100 Tamiami Trl E, Ochopee, FL. 34141. Award shall be made to the quoter whose quotation offers the best value to the government, considering past performance and price. The government will evaluate information based on the following evaluation criteria: (1) price, and (2) past performance, which are all equally weighted. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, Instructions to Offerors Commercial Items (Mar 2023) 2. FAR 52.212-2, Evaluation Commercial Items (Nov 2021) 3. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Dec 2022) Offerors must complete annual representations and certifications on-line at http://sam.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: -FAR 52.212-4, Contract Terms and Conditions Commercial Items (Dec 2022) -FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jun 2023) The following subparagraphs of FAR 52.212-5 are applicable: The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023); 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (Mar 2023) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Oct 2022)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Dec 2022) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (Oct 2022)(41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (Dec 2022) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (Jan 2021), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Oct 2018)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Jan 2022) (E.O. 13658) 52.204-18 Commercial and Government Entity Code Maintenance. (Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Nov 2021) 52.202-01 Definitions. (Jun 2020) 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-02) (Jan 2017) 52.203-19 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02) (Jan 2017) 52.204-8 Annual Representations and Certifications (Mar 2023) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.211-8 Time of Delivery (Nov 2016) 52.212-3 Offeror Representations and Certifications Commercial Items (Dec 2022) 52.212-4 Contract Terms and Conditions Commercial Items (Dec 2022) 52.213-1 Fast Payment Procedure (May 2006) 52.215-6 Place of Performance (Oct 1997) 52.215-8 Order of Precedence _ Uniform Contract Format (Oct 1997) 52.216-1 Type of Contract (APR 1984) 52.219-1 Small Business Program Representation (Mar 2023) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020) 52.219-28 Post-Award Small Business Program Representation (Mar 2023) 52.222-3 Convict Labor (JUNE 2003) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000.00 (Jun 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-41 Service Contract Labor Standards (Aug 2018) 52.222-50 Combating Trafficking in Persons. (Nov 2021) 52.222-55 Minimum Wages Under Executive Order 13658 (Jan 2022) 52.223-2 Affirmative Procurement of Biobased Products Under Service Construction Contracts (Sep 2013) 52.223-6 Drug-Free Workplace (May 2001) 52.223-17 Affirmative Procurement of EPA-designated Items in Service & Construction Contracts (Aug 2018) 52.225-13 Restrictions on Certain Foreign Purchases. (Feb 2021) 52.225-18 Place of Manufacture. (Aug 2018) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (Jun 2020) 52.232-1 Payments (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (Mar 2023) 52.233-3 Protest after Award. (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15, Stop-Work Order (AUG 1989) 52.243-1 Changes - Fixed-Price. (AUG 1987) 52.246-2 Inspection of Supplies _ Fixed Price (Aug 1996) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short-Form) (Apr 1984) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.249-8 Default (Fixed-Price Supply and Service) 52.253-1 Computer Generated Forms (Jan 1991) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior. (APR 1984) Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System (JULY 2010) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 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 invoice 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: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the items delivered; and delivery date and a copy of the trip tickets. 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 quotation. (End of Clause) DIAR 1452.201-70 AUTHORITIES AND DELEGATIONS (Sep 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR_s appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor_s risk. (End of Clause) QUESTIONS: Email any questions to the Contracting Officer at chad_williams@nps.gov no later than 10am/EST on July 28, 2023 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-1449). The SF-1449 is attached to this solicitation for pricing information only. Award will be made on SF-1449. You must include your price per ton and total price, your DUNS number and acknowledge any amendments in your email submitting your quote. All proposals shall be submitted via email to chad_williams @nps.gov. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails not received by the deadline of 12pm ET on August 8, 2023). Confirmation of receipt will be provide once quote is obtained. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received no later than 12pm ET on August 8, 2023 via email to chad_williams@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact: Chad Williams, Contracting Officer, chad_williams@nps.gov

Post-Bid

Playgrounds / Parks / Athletic Fields

$500,000.00

Public - Federal

Renovation, Site Work

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

3

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
306
Active Projects
150
Bidding Soon
2,176
All Active Projects
940
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

August 8, 2023

August 21, 2023

August 21, 2024

img_map_placeholder

33100 Tamiami Trail E, Ochopee, FL


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.