Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2003 FBO #0629
SOLICITATION NOTICE

99 -- Tree Removal

Notice Date
8/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave. Bldg 302, Altus AFB, OK, 73523-5132
 
ZIP Code
73523-5132
 
Solicitation Number
F63CES32100600LAW
 
Response Due
8/27/2003
 
Archive Date
9/11/2003
 
Point of Contact
Lori Waters, Contract Specialist, Phone 580-481-7321, Fax 580-481-5138, - Charles Peterson, Chief, Civil Engineer Support Flight, Phone 580-481-7321,
 
E-Mail Address
lori.waters@altus.af.mil, charles.peterson@altus.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in FAR 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. Solicitation number F63CES32100600 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standard (NAICS) code 561730 , with a size standard of $6,000,000. Contractor shall provide all labor, travel, material, supervision, and administration necessary to accomplish tree removal and chipping in accordance with the Statement of Work found below. Award shall be made only to contractors who have registered with the Central Contractor Registration at: www.ccr.gov/. Please send any questions or requests to 97 CONS / LGCB, ATTN: Lori Waters, 303 J Ave., Bldg 302, Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-7321, send a fax to (580) 481-5138, or e-mail at Lori.Waters@altus.af.mil. No telephonic responses will be processed. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: Far 52.236-27 Alternate I (Feb 1995), Site Visit. It is amended to read (b) an organized site visit has been scheduled for Thursday, August 21, 2003, at 2:00 p.m. CST; (c) participants will meet at the contracting office located at 303 J Avenue, Bldg 302, Altus AFB, Oklahoma. FAR 52.212-1 (OCT 2000), Instructions to Offerors- Commercial Items is incorporated by reference. It is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 J Ave., Bldg 302, Altus AFB OK 73523-5132 at or before 1630 (4:30 P.M.) CST, Wednesday, August 27, 2003. Submit signed and dated quotations on company letterhead. Quotations may be faxed to (580) 481-5138. Each offeror shall include a completed copy of the provisions at FAR 52.212-3 (June 2003), Offeror Representations and Certifications?Commercial Items with the quotation. FAR 52.212-4 (FEB 2002), Contract Terms and Conditions?Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4 is tailored as follows -- changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc.) which may be changed unilaterally by the Government. FAR clause 52.212-5 (Apr 2003), Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates the following clauses by reference. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); FAR 52.219-8 (Oct 2000), Utilizations of Small Business Concerns; FAR 52.219-14 (Dec 1996), Limitations on Subcontracting; FAR 52.222-3 (Aug 1996), Convict Labor (E.O. 11755); FAR 52.222-19 (Sep 02), Child Labor-Cooperation With Authorities and Remedies; FAR 52.222-21 (Feb 1999), Prohibition of Segregated Facilities; FAR 52.222-26 (Apr 2002), Equal Opportunity (E.O.11246); FAR 52.222-35 (Dec 2001), Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 (Jun 1998) Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37 (Dec 2001), Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965, As Amended (May 1989); FAR 52.222-42, Statement of Equivalent Rates For Federal Hires (May 1989), Laborer, Grounds Maintenance - $11.03, 29.55%, the wage determination for a Laborer, Grounds Maintenance under wage determination number 1994-2525 Rev 23, for Jackson County, Oklahoma is $8.82. FAR 52.222-43 (May 1989), Fair Labor Standards Act and Service Contract Act-Price Adjustment; FAR 52.225-13 (Jul 2000), Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); and FAR 52.233-3 (May 1999), Protest after Award (31 U.S.C. 3553) applies to this solicitation. Other FAR clauses and provisions that apply to this solicitation are FAR 52.217-9 (Mar 2000), FAR 52.219-6 (Jul 1996), Notice of Total Small Business Set-Aside; FAR 52.232-18 (Apr 1984), Availability of Funds; FAR 52.242-15 (Aug 1989), Stop-Work Order; FAR 52.242-17 (Apr 1989) Government Delay of Work; FAR 52.243-5 (Apr 1984), Changes and Changed Conditions; FAR 52.246-1 (Apr 1984), Contractor Inspection Requirements; FAR 52.252-2 (Feb 1998), Clauses Incorporated By Reference; FAR 52.252-6 (Apr 1984), Authorized Deviations In Clauses; FAR 52.253-1 (Jan 1991), Computer Generated Forms. DFARS clauses and provisions that apply to this solicitation are DFARS 252.204-7003 (Apr 1992), Control Of Government Personnel Work Product; DFARS 252.204-7004 (Nov 2001), Required Central Contractor Registration; DFARS 252.212-7000 (Nov 1995), Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 (Apr 2003)(DEVIATION), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 2003) is hereby incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 (Nov 2001), Required Central Contractor Registration; DFARS 252.204-7003 (Apr 1992), Control Of Government Personnel Work Product; DFARS 252.225-7012 (Feb 2003), Preference For Certain Domestic Commodities; DFARS 252.232-7003 (Mar 2003), Electronic Submission of Payment Request; DFARS 252.243-7002 (Mar 1998), Request For Equitable Adjustment; and DFARS 252.246-7000 (Mar 2003), Material Inspection and Receiving Report applies to this solicitation. AFFARS 5352.242-9000 (Jun 2002), Contractor Access To Air Force Installations also applies to this solicitation. A Firm-Fixed Price purchase order will be issued in writing. STATEMENT OF WORK TREE REMOVAL AGGN 99-1034 31 JUL 03 1. SCOPE: The contractor shall provide all travel, plant, supervision, materials, design, and labor necessary to remove trees in the clear zone/approach-departure, lateral clear zones, both ends of the assault runway, and lateral clear zones at Altus Air Force Base, Oklahoma. 2. PRINCIPAL FEATURES: The work to be accomplished generally consists of the following principal items. This does not mean that the work consists only of these items, but that it consists of these principal items along with all incidental minor work, which becomes necessary to complete in order to accomplish the overall project in a satisfactory and workmanlike manner meeting the approval of the Contracting Officer. This incidental work is to be included in the Contractor?s estimate at the time of submittal to the Contracting Officer. a. Removal references: Use Unified Facilities Criteria (UFC) 3-260-01 Airfield Planning and Design. Areas designated for tree removal are outlined in blue on map; all area figures given are total, including the paved surfaces. b. Remove all trees existing in the four 50H:1V approach-departure clearance zones located at the north and south ends of runways 17L and 17R. Note that the 50H:1V horizontal surface area is an extension of the slope ratio area; refer to Figure 3.17, pg. 3-26 (UFC) Legend ? items C and D. c. Each of the four approach-departure clearance zones (horizontal areas) is approximately 206 acres. The areas where trees are to be removed are significantly less, approximately 20 acres total throughout the four different locations. d. In the 50H:1V (horizontal) areas, all trees are to be removed regardless of the ratio; it is only used as a work area indicator. e. Ensure any trees existing at both ends of the assault runway are removed; this is an area of approximately 2.6 acres. f. Remove all trees on the inside of the lateral clear zone along runway 17L and remove all trees outside the lateral clear zone at a ratio of 7H:1V (only time a ratio is used). This area is outlined in yellow on included map. g. Contractor needs to define working areas and confirm area of tree coverage. h. Contractor must chip removed trees (3 in2 pieces or less) and haul the mulch to a designated location where the material will be stockpiled. All trees will be removed in accordance with all applicable local, state, and federal rules, laws, regulations, etc. i. Remaining stumps will be grubbed and removed to a depth of approximately 3 feet. The stumps will be ground up and also hauled to the mulch stockpile. If the equipment to do this is not available the stumps will be hauled and disposed of at the nearest landfill facility. j. Replacing and leveling the topsoil will repair holes and damage from machinery in the working areas. Any fill work needed will be done using hydro-mulch. There will be 8 inches of leveled topsoil at all disturbed zones within the work areas. k. Contractor shall provide to the government an overall plan for how the work is to be phased. This plan shall include an estimate of how many trees are to be removed, along with a complete cost estimate for tree removal and disposal. l. Contractor will be responsible to obtain federal, state, and local environmental permits and abide by same. m. Any damage to surrounding landscaping, grass, trees (outside working area), shrubbery (outside working area), etc. caused by movement of vehicles for removal of disposal material from the site, or similar damage from other types of vehicles or equipment, shall be repaired and restored back to its original condition before the work on this delivery order will be considered as being complete. Damaged grassy areas shall be repaired by the contractor by filling in any ruts left by vehicles, or other indentations left behind by backfilling with suitable soil or topsoil, leveling the area to match surrounding grades, and then topping the area with Bermuda grass sod. Sod shall be fully established and growing before the work on the project will be considered complete. n. Contractor must contact Base Operations to obtain necessary permits (flight line badges) and scheduling to complete tree removal. o. There is no need for an environmental assessment due to AFR 19-2, evident in AF Form 332. 3. GENERAL: Work on this project shall be accomplished in accordance with the general SABER specification. In instances where work is required which is not covered by the SABER specification, the work shall be accomplished in accordance with the most applicable ?standard of the industry? for the particular type of work required.
 
Place of Performance
Address: Altus AFB
Zip Code: 73523
Country: USA
 
Record
SN00404814-W 20030820/030818213453 (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.