Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
MODIFICATION

87 -- Longleaf Pine Seedlings

Notice Date
3/7/2006
 
Notice Type
Modification
 
NAICS
111421 — Nursery and Tree Production
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
F1TEAH6010A100
 
Response Due
3/13/2006
 
Archive Date
3/28/2006
 
Point of Contact
Maya Hemingway , Contract Specialist, Phone (850)882-0353, Fax null, - John Dubois, Contracting Officer, Phone (850) 882-9188, Fax (850) 882-4916,
 
E-Mail Address
maya.hemingway@eglin.af.mil, john.dubois@eglin.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 96 Contracting Squadron, Eglin AFB, FL, intends to award a Firm-Fixed Price contract. This acquisition shall be set aside for small business. This is a request to provide all facilities, plant, labor, equipment, and materials to perform all work required to pick up longleaf pine seeds from a processor, germinate the seeds, culture longleaf pine seedlings in containers, deliver 750,000 containerized longleaf pine seedlings for planting on Eglin Air Force Base (AFB), Florida, and provide on-site refrigerated storage at Jackson Guard, Eglin AFB. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, Test Program. As supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued. A quotation is being requested, and a written request for quotation will not be issued. The announcement number is F1TEAH6010A100. The North American Industry Classification System (NAICS) code for this acquisition is 115310, with small business standard size of $6.5 million dollars. Please identify your business size in your response based upon this standard. Statement Of Work 1.0 DESCRIPTION OF SERVICES The Contractor shall provide all facilities, plant, labor, equipment, and materials to perform all work required to pick up longleaf pine seeds from a processor, germinate the seeds, culture longleaf pine seedlings in containers, deliver 750,000 containerized longleaf pine seedlings for planting on Eglin Air Force Base (AFB), Florida, and provide on-site refrigerated storage at Jackson Guard, Eglin AFB. 1.1 Seed Pickup Seedlings shall be grown from seed previously harvested on Eglin AFB and currently held in cold storage by the Knud Nielsen Co. in Evergreen, Alabama. Any additional seed required to complete the contract will be provided by Eglin AFB. The Contractor shall arrange to pick up the seed from the Knud Nielsen Co. at the contractor's expense. 1.2 Nursery Activities The seed shall be single-sowed in the planting containers. Containerized cells shall be between 1.5 to 1.7 inches wide at the top, 0.8 to 1.2 inches wide at the bottom, and 3.3 to 4.0 inches long; cells shall be between 5 to 6 cubic inches in volume. The soil media shall be maintained between 5.3 and 5.7 ph. Growing media and/or germinated seedlings shall receive two (2) treatments of the fungus Rhizopogon mycorrhiza. Seedlings shall be treated with Benlate for the control of brownspot needle blight. The resulting seedlings shall be between 7 and 10 months of age at delivery to Eglin AFB. Delivered seedlings shall be healthy and disease-free, and shall have a minimum-sized root collar of 0.3 inches and an average needle length of 8 inches. The seedlings shall be extracted from containers and packed in polyurethane-lined cardboard boxes for delivery. Seedlings shall be packed 250 per box. 1.3 Seedling transportation and delivery Seedlings shall be transported, within two days of extraction, in refrigerated vehicles; the refrigerated vehicle shall be kept between 33oF and 40oF. Delivery of seedlings will be in shipments of 100,000 to 250,000; delivery will be scheduled by Eglin AFB personnel. At least 3 days notification of shipping requirement (number of seedlings and delivery date) will be given to the Contractor. Shipments will be requested during the normal planting season 1 November 2006 through 28 February 2007. No more than 7 shipments will be required; the Government will strive to minimize the number of shipments to promote fuel and planting efficiency. Deliveries shall be made during the hours 0630 - 1300, Monday through Saturday, legal Federal holidays excepted, to the Natural Resources Branch, 107 Highway 85 North, Niceville, Fl 32578. Seedlings will be delivered in an 8-wheel trailer, 40-45 feet long with a nose-mounted diesel refrigeration unit, further described in section 1.4 below. 1.4 Refrigerated storage The refrigeration unit must be capable of maintaining the temperature in trailer between 35° F and 40° F; it shall have be capable of cycling on and off automatically, without manual assistance, to keep the trailer within the desired temperature range. In case of mechanical breakdown, the Contractor will be notified immediately upon the Government’s discovery of the mechanical failure. The Contractor shall inform the POC as to the actions they are taking to remedy the problem. The Contractor shall either repair or replace the trailer within 72 hours. The repair response time shall not exceed 48 hours. The Contractor shall inform the Jackson Guard POC as to what remedy he/she is taking and when the unit will be operational. Should the contractor not provide a replacement or have the unit operational within 72 hours, the Government shall, at its discretion and at the Contractor’s expense, have the unit repaired by a qualified refrigeration technician. The Contractor will be responsible for all needed maintenance throughout the contract period. The trailer shall be provided from the time of first shipment until the last trees delivered have been planted (between 1 November 2006 and 28 February 2007). If needed and at its discretion, the Government shall rent the unit for an additional 30 days from 1 March to 1 April. The Contractor shall be responsible for picking up trailer at end of the contract period. 2.0 SERVICE DELIVERY SUMMARY The Contractor shall pick up seeds, provide nursery services, and provide timely delivery and refrigerated storage services, needed to provide a minimum of 750,000 longleaf pine seedlings, as called for in section 1.0. At least 98% of the seedlings provided shall be healthy and viable, which hereby is defined as 1) having needles, roots, and buds as described in “Preferred” in Table 1 “Interim Specification for Longleaf Pine Container Seedlings,” located in Interim Guidelines for Growing Longleaf Seedlings in Containers, In: Gen. Tech. Rep. SRS-56. Asheville, NC: U.S. Department of Agriculture, Forest Service, Southern Research Station. p. 27-29 (http://www.srs.fs.usda.gov/pubs/5036), and 2) shall have firmness, moisture, and pests criteria as described in “Other important attributes” of Table 1. Unacceptable seedlings will be those described in the subject table as “Not acceptable,” as well as obvious hybrids such as Sonderegger pine. 3.0 GOVERNMENT-FURNISHED PROPERTY The Government shall provide processed seeds at Knud Neilson Co. in Evergreen, Alabama. The Contractor is responsible for coordinating pickup of processed seeds with the Knud Neilson Co. 4.0 GENERAL INFORMATION 4.1 Notice To Contractor – Public Highways Run Through Air Force Munitions Range Safety Zone Eglin AFB an ammunition test range, and public highways and Air Force roads are occasionally shut down as a precaution. In such a situation, public highway access is normally restricted for short periods, while Air Force roads may be shut down for several hours. 4.2. Notice to Contractor – Unexploded Ordnance (UXO) in Areas Adjacent to Public Highways and Haul Roads Eglin AFB lands have been used as an ammunition test range since 1935, and unexploded but dangerous ordnance exists in the ground and in trees. No UXO is expected on the public highways the Contractor is expected to use, however, areas adjacent to the highways may contain UXO such as live bombs, missiles, and other ordnance material embedded in trees or soil. Such UXO may pose a danger to person and property, and the Contractor should not attempt to move or otherwise tamper with such material or objects. If report UXO is encountered, the Contractor shall report the object, its description, and location, to the POC. 4.3 Closures for National Security and Military Reasons The Contractor is notified that all or part of Eglin AFB may have restricted access due to national security or other military purposes. 4.4 Hunting and Other Users The Contractor is advised that the reservation is used for non-military uses, including hunting, recreation, and production of fill material (borrow pits). Precautions should be taken to prevent conflicts with hunters or others. 4.5 Health and Safety Requirements The contractor shall be responsible for meeting all federal, state, and local safety requirements on Air Force lands. 4.6 Disposal of Debris, Including Personal Trash All trash, including lunch/snack trash, shall be disposed of properly and immediately; the Contractor shall not wait until the end of the day prior to gathering trash. Dumping, disposing, storing, or littering of any form (garbage, refuse, oil containers, tires, equipment, etc.) are prohibited on the Eglin Reservation. 4.7 Protection of Lands, Vegetation, Steams, Lakes, Ponds, and Reservoirs. The Contractor shall take appropriate actions and precautions to prevent pollution or degradation of lands, vegetation, streams, lakes, ponds, and reservoirs by fuels, oils, other chemicals, silt, sediments, or other harmful materials. The Contractor shall be responsible for any spills that may occur on Air Force lands. 4.8 Protection of Archaeological/Historical Resources Archeological artifacts or historical materials (arrowheads, bottles, turpentine pots) may not be collected on federal property such as Eglin AFB. 4.9 Wildfire Reporting Any wildfire that is observed by the Contractor or his/her employees shall be reported immediately by the quickest method to Jackson Guard Dispatch. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions (Jan 06); 52.212-2, Evaluation-Commercial Items (Evaluation will be based on price and price related factors) (Jan 99); 52-212-3 Offeror Representations and Certifications- Commercial Items (Mar 05) in Full Text or ORCA (http://orca.bpn.gov/login.aspx ) (Offerors must submit a complete copy with their offers. To request an electronic copy of 52-212-3, E-Mail me at the below e-mail address); 52.212-4 Contract Terms and Conditions- Commercial Items (Sep 05); 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402), 52.217-9 Option to extend the term of the contract(Mar 00), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor—Cooperation with Authorities and Remedies (June 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006), 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 252-212-7001 Contract Terms and Conditions Required to Implement Statures or Executive Order Applicable to Defense Acquisitions of Commercial Items (Feb 2006), 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 252-232.7003 Electronic Submission of Payment Report (JAN 2004), 252-246.7000 Material Inspection and Receiving Report (MAR 2003), 252.247-7023 Transportation of Supplies by Sea (May 2002) ALTERNATE III (MAY 2002). The following provisions and clauses are provided in full text: 52.212-5, (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jun 05), (52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); 52-252.6, Authorized Deviations Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the clause. (b) The use in this solicitation or contract of any DFARS. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation. DFARS, (11/03); 5352.242-9000 Contractor access to Air Force installations (Jun 2002). (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, hours during which access is required, full names of employees and subcontractor employees, social security account numbers, dates of birth, and sex for each individual needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, a valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Prior to submitting an invoice for final payment, the prime contractor shall obtain a clearance certification from the issuing office which states all base identification passes have been turned in, accounted for, or transferred to a follow-on contract. This certification shall be submitted to the contracting officer prior to submission of the final invoice for payment. (g) Failure to comply with these requirements may result in withholding of final payment. (h) All deliveries to contractor work sites on Eglin AFB main base must go through the North Gate, located off SR-85 South. Trucks trying to enter the East, West or the AAC gate will be turned around and told to use the North Gate. Contractors’ work trucks, carrying equipment and tools, are also required to use the North Gate. (End of Clause); Local clause (J2) Wide Area Work Flow DODAAC and Email distribution table (SF1449). The following codes will be required to route your invoices and additional, emails correctly through WAWF. Invoice Type: Invoice and Receiving Report (COMBO). Contract Number: See Block number 2 of the award: Delivery Order: See Block number 4 of the award of applicable: Issue Date: See Block number 9 of the award: Issue DODAAC: See Block number 9 of the award: Admin DODAAC: See Block number 16 of the award: Inspection By DODAAC/Ext: F1T0DA (850) 882-9348: Ship To Code/Ext: See Block number 18a of the award: Ship From Code: Add vendor information: Pay DODAAC: See Block number 18a of the award: Additional Email Notifications: 1. Inspector: viola.walker@eglin.af.mil: 2. Contract Administrator: maya.hemingway@eglin.af.mil: 3. Contracting Officer: john.dubois@eglin.af.mil: Payment may be expedited electronically via the Internet through the Wide Area Work Flow, WAWF, system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com: Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). The quote is at the discretion of the offeror. If your company is capable of providing this item, qualification package should be received NLT 2:00 PM., Central Time on 13 Mar 2006. Anticipated award date is two day after the due date. Send all packages to 96 CONS/MSCBA, Attn: SSgt Maya Hemingway, 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862, or by facsimile to (850) 882-1680 or email at maya.hemingway@eglin.af.mil or TSgt John Dubois at john.dubois@eglin.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1TEAH6010A100/listing.html)
 
Place of Performance
Address: 107 HWY 85 N NICEVILLE, FLORIDA
Zip Code: 32578
Country: UNITED STATES OF AMERICA
 
Record
SN01001931-F 20060309/060307214022 (fbodaily.com)
 
Source
FedBizOpps 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.