Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2004 FBO #0846
SOLICITATION NOTICE

99 -- Transplant 130 Trees

Notice Date
3/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
Reference-Number-F77CES40750200
 
Response Due
3/26/2004
 
Point of Contact
Ray Borges, Contract Specialist, Phone 325-696-3860, Fax 325-696-4084, - Matthew Anderson, Contract Administrator, Phone (325) 696-3863, Fax (325) 696-4079,
 
E-Mail Address
ray.borges@dyess.af.mil, matthew.anderson@dyess.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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 F77CES40750200 is issued as a request for quotes. This solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2001-13. This procurement is a 100% small business set-aside. The NAICS Code is 561730 with a size standard of $6,000,000. You must be registered in the Central Contractor Registration (CCR) to bid on this solicitation. Delivery will be six months after the contract award. Acceptance will be by the government at a time coordinated by the Contracting Officer, Contractor and End-user or Customer. DESCRIPTION: 1. SCOPE OF WORK: The contractor shall provide all labor, equipment, tools, material, supervision, and all other necessary items to transplant trees at Dyess AFB, TX. All work shall be in accordance with this statement of work (SOW). 2. LOCATION OF WORK: Dyess AFB, TX is located on the west side of Abilene, TX 2 miles south of west Business Route 20. 3. TYPES OF TREES TO TRANSPLANT: Trees to be transplanted shall be healthy with minor blemishes and no more than 12? in diameter. Quality Assurance Personnel (QAP) shall identify trees to be transplanted. 4. DIGGING THE ROOT BALL: Trees can be successfully moved only if a ball of soil is left around the roots. The exposed roots should be protected with moist burlap or newspaper or with polyethylene sheeting. Every effort should be made to reduce root exposure to wind and sun, keeping the ball as moist as possible. It's best to prepare the hole before digging up the tree to be move. 5. HOW TO PLANT: The contractor shall consider material content, moisture content, organic matter, pH, and water-holding capacity of the soil, climate and trees aesthetics prior to transplanting. Broken roots on bare-root trees should be trimmed back with sharp pruning shears. Thin 30% of foliage of tree crown to accommodate reduction in roots system. Install suitable plant nutrient supplement in tablet form per inch of tree trunk. Set the tree in the hole with the old soil mark (i.e. where the bark is discolored on the main stem) at the ground level or slightly below. Drive in a stake for support if required. Work the soil down between the roots or under the curve of the root ball, firming it periodically to avoid air pockets. If setting a soil ball, which is firm, remove the burlap beforehand. If it is not firm, soil may be placed in the hole so that it comes about half way up the soil ball. This soil should be packed firmly, perhaps by tramping on it and then water the tree thoroughly. Once the water has disappeared the burlap should be cut off and folded down on top of the tramped soil. Next, the hole may be completely filled with soil, which can be tramped and watered again. 6. SCHEDULING OF WORK: The contractor shall submit a proposed schedule for all work to be done under this project. Any change must have prior approval from the Contracting Officer at least 3 working days prior to commencement of work. 7. DESCRIPTION OF WORK: The work to be accomplished under this contract shall consist of removing and transplanting about 130 trees in accordance with this SOW, acceptable commercial practices, local, state and federal regulations. 8. INSPECTION: Before submitting a proposal on the work contemplated, contractor should examine the site of the proposed work and be thoroughly familiarize with all existing conditions and limitations affecting the performance of this work. No extra compensation will be allowed because of misunderstanding as to the amount of work involved or bidder's lack of knowledge of any existing conditions which he could have discovered or reasonably anticipated prior to bidding. 9. WORK SCHEDULE: Normal working hours for the contractor will be between the hours of 7:00 A.M. and 4:00 P.M. excluding Saturdays, Sundays, and Federal holidays. If the contractor desires to work during periods other than above, additional government inspection forces may be required. The contractor must make his/her request to the Contracting Officer three (3) days in advance of his/her intentions to work during other periods to allow assignment of additional inspection forces. If such force is reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than normal duty hours/days. 10. RESPONSIBILITY OF THE CONTRACTOR: The contractor assumes full responsibility for any and all government property damaged in whole or part from negligent acts or omissions by the contractor, subcontractor, or any employee, agent, or representative of the contractor. The contractor also agrees to reimburse the government for any and all damage of whatever kind to any and all government property associated with the performance of this service. 11. DISPOSAL OF MATERIALS: The contractor shall dispose of all debris generated by this contract at an off base location in accordance with all state, local, and federal ordinances. All deleterious materials shall be disposed of off base in such a manner that meets federal, state, and local environmental regulations. 12. ACCEPTANCE: It is the responsibility of the contractor to request pre-final and final inspections from the office of the Contracting Office. Work will be considered completed when it has performed in accordance with this SOW. Quality Assurance Personnel (QAP) shall identify trees to be transplanted. Provision at FAR 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This award will be made on the basis of lowest cost, technically acceptable. Include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with this offer. Clause at 52.212-4, contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and the following FAR clauses are cited: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; Clause at FAR 52.222-19, Child Labor; FAR 52.222-41, Service Contract Act Of 1965, As Amended; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans & Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans & Veterans of the Vietnam Era; FAR 52.222-42, Statement of Equivalent Rates For Federal Hire; FAR 52.225-3, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional Contract Terms & Conditions applicable to this procurement are: DFAR 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items is hereby incorporated by reference. DFAR 252.225-7036, North American Free Trade Agreement Implementation Act, is incorporated by reference. A Site Visit is scheduled for 1400hrs, 24 Mar 2004. Please RSVP with the POC Ray Borges. Offers are due to: 7 CONS/LGCA, 381 Third Street, Dyess AFB, TX 79607 or Fax (325) 696-4084, by 1200 hrs on 26 March 2004. Please contact Ray Borges by telephone (325-696-3860) or by e-mail (ray.borges@dyess.af.mil) with any questions. Offerors shall comply with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Lack of registration will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the Internet at www.ccr.dlsc.dla.mil.
 
Place of Performance
Address: 381 3rd Street, Dyess AFB, TX
Zip Code: 79607
 
Record
SN00550558-W 20040321/040319211937 (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.