Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

F -- Wind Tree Break Replacement

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, P.O.Box 4037 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-4037
 
ZIP Code
83648-4037
 
Solicitation Number
Reference-Number-FQ489741350100
 
Response Due
6/2/2004
 
Archive Date
6/17/2004
 
Point of Contact
Victor Martin JR, Contract Specialist, Phone 208-828-3120, Fax 208-828-2658, - Beau Barnett, Contract Specialist, Phone 208-828-2116, Fax 208-828-2658,
 
E-Mail Address
Victor.Martin@mountainhome.af.mil, beau.barnett@mountainhome.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) RFQ FQ4897441350100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 561730; Small Business Size Standard: 6,000,000. (v) CLIN (0001) To purchase and plant 150 - Shuberts Chokecherry, 595 - Austrain Pine, 175 - Robust Poplar, 104 - Rocky Mtn. Juniper, 300 - Siberian Peashrubs, 82 - Red Maple on Mountain Home AFB ID IAW the Statement of Work. (vii) FOB: Destination for delivery to: 366 CES/CERF, Bldg 1300, Mountain Home AFB, ID 83648. The period of performance is 60 days and work needs to begin in June 2004. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirments and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (x) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, with quote. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.219-8 ;FAR 52.222-3 Convict Labor; 52.222-19 Child Labor?Cooperation with Authorities and Remedies; 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 Handicapped Workers; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 -Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. (xiii) The following provisions and clauses apply to this acquisition: FAR 52-211.6 Brand Name or Equal; FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.o.b. ? Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generatred Forms. The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests. (xvi) All quotes must be emailed to TSgt Martin at victor.martin@mountainhome.af.mil, or faxed to (208) 828-2658 with attention to TSgt Martin. Quotes are required to be received no later than 16:30 MST, Wednesday, 2 June 2004. Statement of Work SECTION I. SPECIAL REQUIREMENTS Work will be preformed during normal working hours. 7:30 AM through 4:30 PM except for Federal holidays: New Years Day Martin Luther King?s Birthday President?s Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day When the contractors access to a work area conflicts with an Air Force mission requirement, the contractor shall reschedule the work to minimize the disruption or relocate to another area. SECTION II. PERMITS The contractor shall obtain the applicable permits for the project: Digging permits SECTION III. SCOPE OF WORK Purchase and plant 150 ea. - 5 gal. or 3-4 ft.- Shubert?s Chokecherrys, 595 ea. -1 gal.- Austrian Pine, 175 ea - 6 to 8 ft whips - Robust Poplar, 104 ea. ? 5 gal.- Rocky Mtn. Juniper, 300 ea. ? 6 12 in.- Siberian Peashrub and 82 ea.- 4-5 ? whips - Red Maple. Trees are to be planted to ISA standards. SECTION IV. GOVERNMENT FURNISHED MATERIALS 1. No government-furnished materials will be provided for this project. 2. The contractor shall furnish all labor and materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to perform all operations accomplishment of project. All trees and labor will have a one year warranty. 3. The period of performance is 60 days and is to begin in June 2004.
 
Place of Performance
Address: 366 CES/CERF, Bldg 1300, Mountain Home AFB, ID
Zip Code: 83648
Country: USA
 
Record
SN00591976-W 20040527/040525211944 (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.