Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOLICITATION NOTICE

88 -- Goat Grazing Services

Notice Date
6/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
115116 — Farm Management Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NFEC, Southwest Division, Base Realignment and Closure Office (BRAC), Attn: 02RE.MEC Michelle Crook 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-05-R-6010
 
Response Due
6/15/2005
 
Archive Date
6/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is 100% set-side for small business; all responsible sources may submit a proposal, which shall be considered. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.3, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation N68711-05-R-6010 applies and is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. The North American Classification is 112420 and the business size standard is $500,000. The base Period of Performance for this contract is from June 27~30, 2005 through October 30, 2005. The Government may also award one Option for the period of November 01, 2005 through October 30, 2006 and June 01, 2006 through October 30, 2006; however services will only be required for two (2) or three (3) month periods during the year. The requirement is for a fixed-price contract for one year (1) line item as follows: Line Item 0001: Quantity 1 Job; Item Description: The Contractor shall provide all personnel and goats, equipment, tools, supervision, and other items and services necessary to ensure that ground are grazed and cleared within the base period of performance at former Naval Medical Center Oakland (NMCO), Oakland, California. Specific areas to be grazed/cleared: A total of approximately 109 acres in five areas as shown in the attached map will be grazed/cleared. The boundaries of the five areas are delineated as follows: Area 1.28.7 acres, bordered by Sequoyah, Mountain, Rail & Creekbed, back of B-22 to Rail. Area 2.26.3 acres, bordered by back of B-22, Ringness, Westside B-500, Southern perimeter fence line. Area 3.8.7 acres, bordered by firebreak North B-505, Southern perimeter fence line San Leandro@Williams firebreak. Area 4.30.0 acres bordered by O?Reilly, Leller perimeter fence, perimeter fence line@Keller shopping center, San Leandro. Area 5.6.9acres, bordered by Johnson, fence@Mountain to Fountain , Northern perimeter fence, Crowley& Johnson. T he terrain of the overall site varies from flat to steep hills. This work provides for the reduction of vegetation on hillsides that is a fire hazard. The Contractor will deploy sufficient number of goats to remove tall grass/bushes and brush from the above areas. The herd will be moved to different locations as necessary to provide adequate foraging. The herd movement schedule will be coordinated with the Caretaker Support Office (CSO) Bay area representative. Water for the herd is available on site. Night and weekend access to the facility will be coordinated through the CSO Bay Area representative. A key to the access gate will be provided by the Navy to coordinated through the CSO Bay Area representative. A key to the access gate will be provided by Navy to allow Contractor employees to check progress and monitor the goat at all hours. The care and safety of the herd is the responsibility of Contractor. Herd movement shall be performed in such a way to ensure the safety of the animals and the public. Prior to bringing the herd to the site and moving the herd, the Contractor shall ensure perimeter fencing is adequate for herd protection. Breaches in fencing must be brought to the attention of the CSO Bay Area representative for correction prior to moving the herd. Any damage to surrounding property will be the responsibility of the Contractor. Work will commence on approximately June 27-30 2005 and to end October 30, 2005. Acceptance of the work will be made by the CSO Bay Area Representative. Invoice submission shall be specified in the contract award document. The provision at FAR 52.212-1 Instructions to Offerors applies. The provision at FAR 52.212-2, Evaluation ? Commerical Items applies. The Government will award a contract resulting from 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 firm, which is defined as an offeror?s ability to provide an adequate number of goats in order to graze/clear the land as described in CLIN 0001 within the period of performance and (2) price. Technical capability and price will be evaluated equally. Offerors are required to complete and include a copy of te following provisions with their proposal (copies of the provisions may be obtained from the POC stated herein or by downloading a copy from the internet address http://www.arnet.gov/far or http://farsite .hill.af.mil: FAR 52.212.-3 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; and DDFARS 252-204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies. FAR 52.217-3 Evaluation Exclusive of Options applies. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies with the following applicable clauses for paragraph (b): FAR 52.222-25 Affirmation Action Compliance; FAR 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports for Special for Special Disabled and Vietnam Era Veterans; 52.222-41 Service Contract Act of 1965 as amended (May 1989). Proposals must be received no later than 04:00 P. M. PDT June 15, 2005. Proposals may submitted via email to gracy.tinker@navy.mil, faxed to (619) 532-0780 or by mail to: Southwest Division Naval Facilities Engineering Command, ATTN: Gracy Tinker, Code: R06CC.GT, 1230 Columbia Street, Suite 800, San Diego, CA 92101-8517.
 
Place of Performance
Address: Forner Naval medical Center Oakland (NMCO), 8750 Mountain Blvd., Oaklnad, CA
Zip Code: 94627
Country: United States
 
Record
SN00828867-W 20050615/050613211953 (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.