Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
MODIFICATION

R -- Tree Stump Removal

Notice Date
3/18/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
Reference-Number-F7390030310100
 
Response Due
4/25/2003
 
Archive Date
5/10/2003
 
Point of Contact
Steven Hendricks, Contract Specialist, Phone (843) 963-3569, Fax (843) 963-2850, - Anna Urrutia, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829,
 
E-Mail Address
steven.hendricks@charleston.af.mil, Anna.Urrutia@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
******* The purpose of this modification is to incorporate additional information on the scope of the work. The total area of stump removal is 16.4 acres, divided into three sections. A map of the area will be provided at the site visit. The mandatory site visit is scheduled for Thursday 20 March at 8:30 AM. This is changed from the original Tuesday 25 March date.****** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This solicitation/synopsis reference number is F7390030310100 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 561730 with a $6.0 million size standard. Contractors shall submit a lump sum proposal for all labor and materials included in this project. STATEMENT OF WORK CLEANUP SITE AND REMOVE TREE STUMPS 4 March 2003 (Revised) 1. Contractor shall provide all equipment, materials and labor necessary to clear designated area of tree limbs/branches and grind or remove all tree stumps that remain from a tree-cutting project. 2. The contractor will remove or grind down existing tree stumps and limbs where trees were previously cut down. The tree stumps will be ground down 4? to 6? below grade level. All wood chips and debris will be evenly spread on the job site. 3. This work will be performed in three phases. Scheduling will be coordinated with CES. This may constitute a break in performance. 4. The Civil Engineer POC is MSgt Michael Irons 963-5026. All questions prior to award shall be directed to the contracting office. 5. Contractor shall protect all government property around the job site and clean up will be performed on a daily basis and immediately after all the work is accomplished. All responsible sources may submit a quotation, which shall be considered by the agency. A mandatory site visit will be conducted on Tuesday 25 March 2003 at 8:30 a.m. All contractors shall meet on the second floor of bldg 503, Charleston AFB. Work must begin within 5 calendar days of award. The following clauses and provisions are incorporated and will remain in full force in any resultant award. . The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/ FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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: (1) Technical capability of the item offered to meet the Government requirement. (2) Price and (3) Past Performance. The Government will evaluate offers for award purposes for the total price for the requirement. Technical and past performance, when combined, are equal. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent projects. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item FAR 52.212-4 Contract Terms and Condition?Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr2000.com or call 1-800-334-3414 DFAR 252.246-7000 -Material Inspection And Receiving Report FAR 52.222-41 Services Contract Act of 1965 and Wage Determination 94-2473 (Rev.26) apply to this solicitation. FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 24 March 2003 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number FR7390030310100 Addressed to Steven Hendricks Contract Specialist, Phone 843-963-3569, fax 843-963-5183/2850, email address steven.hendricks@charleston.af.mil or Anna Urrutia, Contracting Officer, Phone 843-963-5157, email address anna.urrutia@charleston.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://437contracting.charleston.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov.
 
Place of Performance
Address: Charleston AFB SC
Zip Code: 29404
Country: USA
 
Record
SN00282069-W 20030320/030319062015 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.