Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

F -- Elimination of growth to include clearing, grubbing, and reseeding of designated area. (Acre to be determined by volume/mass not physical dimensions.)8 ACRES

Notice Date
8/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
102 FW Contracting Office, 158 Reilly Street, Room 228, Box 8, Otis ANG Base, MA 02542-5028
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV-04-Q-4001
 
Response Due
9/1/2004
 
Archive Date
10/31/2004
 
Point of Contact
cabin.long, 508-968-4975
 
E-Mail Address
Email your questions to 102 FW Contracting Office
(cabin.long@maotis.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial non-personal 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. A written solicitation will not be issued. This solicitation is issued for a request for quote (RFQ). Submit written offers on RFQ number F8ENVS42160300. This procurement is restricted to small businesses. The NAICS Code is 115310 and the small business size standard is $6.0 million. Wage determination # 94-037512 http://www.wdol.gov/sca.aspx#0. This procurement will be based on best value to the Government. Quotes will be evaluated based on the following criteria: 1) Past Performa nce; (contractor must provide two references of prior government contracts doing this type of work) 2) Price. The contractor is to furnish all labor, equipment, supplies and materials to clear 8 acres and remove designated acreage trees, brush, shrubs, st umps and roots; then rough grade and seed designated disturbed areas for restoration of grassland habitat acreage at Otis Air National Guard Base, Massachusetts, (Acre to be determined by volume/mass not physical dimensions). Restoration of the designated acreage to grassland will be coordinated through the Contracting Officer??????s Representative (COR) in cooperation with the 102d Fighter Wing Environmental Office and Camp Edwards Natural Resources Manager for the removal of trees, grinding of stumps and reseeding of disturbed areas. The work site is on a 100-acre parcel of land located to the south of the operational airfield at Otis Air National Guard Base on the Massachusetts Military Reservation. Currently the remaining acreage is covered sporadical ly with trees, shrubs, bushes, and miscellaneous areas of asphalt and cement pavements. For the purposes of this Service Agreement the Contractor shall only concern themselves with the removal of the trees, shrubs and bushes. Contractor is encouraged to b id accordingly. Contractor shall maintain an adequate work force at all times and provide the tools necessary to ensure timely completion of the contract. The work on this project shall be performed in a systematic fashion. Contractor shall designate o ne English-speaking supervisor for each crew. Contractor is responsible for the crew(s) knowing the requirements of the contract. The Contracting Officer Representative (COR) shall not act as a supervisor to the crews. The Inspector's job is to ens ure compliance to the contract. All materials, including logs, stumps, roots, brush, rotten wood, and other refuse shall be removed from the designated acreage to be cleared. All tree materials suitable for chipping shall be chipped to a uniform mixt ure with chips no more than 1-inch nominal size. All materials resulting from the contractor??????s chipping operation shall be turned over to the government. The contractor shall haul chipped material and stockpile at a location on base as directed by t he Base Civil Engineer (BCE) or the COR. The site for stockpiling the chips will be less than 3 miles from the grassland parcel. All tree, shrub, stumps, roots, brush, and other vegetation unsuitable for usable chips shall be hauled off Base outside the l imits of the Massachusetts Military Reservation by the Contractor at their expense to an approved landfill, for recycling or disposal. Manmade rubbish and debris foreign to the grassland and surrounding vegetated areas, whether found on site or created b y the contractor??????s operation shall be relocated by the contractor and stockpiled in an area adjacent to the worksite. Exact location will be determined by mutual agreement between the contractor and the COR or designated representatives. The governm ent will then take responsibility for the removal and disposition of this debris material from the stockpiled site. THIS COMBINED SNYNOPSIS / SOLICATIONS WILL CLOSE 1 Sept 2004, 12 p.m. EASTERN STANDARD TIME QUOTES RECEIVED AFTER THIS DATE WILL NOT BE CONSIDERED. Quotes shall provide sufficient information with quotation for Contracting Officer to evaluate past performance and experience. Following are the appl icable provisions and contract clauses incorporated by reference. All FAR provisions and clauses may be viewed on the web at www.arnet.gov/far/loadmain52.html 52.212-1 Instructions to Offerors--Commercial Items; 52.212-2 Evaluation--Commercial Items; 52. 212-3 Offeror Representations and Certifications--Commercial Items (MUST BE SUBMITTED WITH QUOTE); 52.212-4 Contract Terms and Conditions--Commercial Items; FAR Clause 52.212-5 paragraph (b) is tailored to incorporate the following clauses: 52.219-6 Total small business set aside; 52.222-21 Prohibited Segregated Facilities; 52.222-26 Equal opportunity; 52.222-35 Equal opportunity for special disabled veterans of the Vietnam era; 52.222-36 Affirmative action for workers with disabilities; 52.222-37 Employmen t reports on special disabled veterans; 52.222-41 Service Contract Act; 52.222-42 Equivalent Federal Hire Rates; 52.225-3 Buy American Act, NAFTA; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer CCR; 52.222-47 Min Wage and Fringe Benefits; 52.2 04-2 Security Requirements; 52.204-1 Approval of Contract; 52.206-6 Subcontractor Restrictions; 52.214-35 U.S. Currency Submission; 52.214-34 English Language Submission; 52.222-1 Labor Disputes; 52.222-22 Previous Contracts and Compliance Reports; 52.222 -25 Affirmative Action compliance; 52.223-10 Waste Reduction Program; 52.223-5 Pollution Prevention; 52.224-1 Privacy Act; 52.236-13 Accident Prevention; 52.252-2 Clauses Incorporated; 52.246-1 Contractor Inspection Requirements; 52.236-12 Differing site conditions; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes 252.201-7000 Contracting Officer??????s Representative; 252.204-7004 Contractor must be registered with the Central Contractor Registration (CCR) website http://www .ccr.gov. This project is estimated not to exceed $50,000.00. Estimated start date is September 27, 2004, estimated end date is November 15. 2004. A mandatory site tour is scheduled for August 17, 2004 and August 25, 2004 at 9:00 a.m. All inte rested parties needing entry into the installation must provide the following information: names, SSAN, and or license numbers via fax to Paul Helmuth at 508-968-4730 NLT 48 hours of the site visit date. In addition, contractors must have a government iss ued Identification card on their person when proceeding to the gate. Upon entry to OTIS ANGB contractors will report to Building 971 located on OTIS ANGB. For further directions, call Cabin Long 508-968-4975 Original Point of Contact Cabin S. Long 508-968-4975 cabin.long@maotis.ang.af.mil Email your questions to Point of Contact. EMAIL CABIN LONG FOR A COPY OF THE STATEMENT OF WORK.
 
Place of Performance
Address: 102 FW Contracting Office 158 Reilly Street, Room 228, Box 8 Otis ANG Base MA
Zip Code: 02542-5028
Country: US
 
Record
SN00642608-W 20040814/040812212516 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.