Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SOLICITATION NOTICE

87 -- TREE PLAINTING

Notice Date
8/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
113210 — Forest Nurseries and Gathering of Forest Products
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-07-T-0054
 
Response Due
9/5/2007
 
Archive Date
11/4/2007
 
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 number W9127Q-07-T-0054 is issued as a Request for Quotation. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2 005-16. This solicitation is 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). NAICS for determination of size status is 113210; Small Business Standard is $6,500,000. CLIN 0001: TREE PLANTING; Sco pe of Work as follows: AREA: 283 Acres of land are to be replanted with 363 containerized Longleaf seedlings per acre. The seedlings are to be planted on a 10' X 12' spacing. Breakdown of area as follows: Richton Tie and Timber Tact  120 Acres DOD 2  5 acres DOD 1  158 acres Map of area available upon request. TIME PERIOD: The contractor will have 365 days from date of contract to complete planting. Location of work: Camp Shelby, Mississippi. CONTRACT SUPERVISION: The planting will be supervised by a representative of the Mississippi Army National Guard Environmental Directorate Natural Resources Division. Biweekly audits will be carried out to ensure the quality of the planting as to ensure ma ximum seedling survival. Prices quoted must include all applicable fees. The following provisions apply: FAR 52.204-8, Annual Representations and Certifications; 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation  Commercial Items. Evaluation criteria will be based on price. Contractor will be re quired, upon request from the Government, to provide references to demonstrate capability to perform the requested services. 52.232-13--Notice of Progress Payments. Payments shall be made in quarterly installments when proof of work completed is provided. 52.232-14--Notice of Availability of Progress Payments Exclusively for Small Business Concerns; 52.233-2--Service of Protest; 52.237-1--Site Visit; 52.252-1--Solicitation Provisions Incorporated by Reference; 52.252-3--Alterations in Solicitation. The following FAR clauses apply: FAR 52.202-1--Definitions; 52.203-5--Covenant Against Contingent Fees; 52.203-6--Restrictions on Subcontractor Sales to the Government; 52.203-7--Anti-Kickback Procedures; 52.204-7--Central Contractor Registration; 52.204- 9--Personal Identity Verification of Contractor Personnel; 52.209-6--Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4--Contract Terms and Conditions-Commercial Items; FAR 52. 212-5--Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.219-6--Notice of Total Small Business Set-Aside; 52.222-1--Notice to the Government of Labor Disputes; 52.222-2--Payment for Overtime Premiums; 52. 222-3--Convict Labor; 52.222-21--Prohibition of Segregated Facilities--52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41--Service Contract Act of 1965, As Amended; 52.222-42--Statement of Equivalent Rates for Federal Hires. Information on current wage rates at time of solicitation can be found at http://www.wdol.gov/sca.aspx#0. 52.222-44--Fair Labor Standards Act and Service Contract Act-Price Adjustment; 52.222-50--Combating Trafficking in Persons; 52.223- 5--Pollution Prevention and Right-to-Know Information; 52.223-6--Drug-Free Workplace; 52.223-14--Toxic Chemical Release Reporting; 52.225-13--Restrictions on Certain Foreign Purchases; 52.228-5--Insurance-Work on a Government Installation; 52.229-3--Federa l, State, and Local Taxes; 52.232-1--Payments; 52.232-8--Discounts for Prompt Payment; 52.232-11--Extras; 52.232-13--Notice of Progres s Payments; 52.232-14--Notice of Availability of Progress Payments Exclusively for Small Business Concerns; 52.232-17--Interest; 52.232-33--Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-1--Disputes; 52.233-2--Service of Prote st; 52.233-3--Protest After Award; 52.233-4--Applicable Law for Breach of Contract Claim; 52.237-2--Protection of Government Buildings, Equipment, and Vegetation; 52.242-13--Bankruptcy; 52.243-1 (including Alternate I)--Changes-Fixed Price; 52.246-25--Limi tation of Liability-Services; 52.249-2--Termination for Convenience of the Government (Fixed-Price); 52.249-8--Default (Fixed-Price Supply and Service); 52.252-2--Clauses Incorporated by Reference; 52.252-4--Alterations in Contract. Offers must include a completed copy of FAR 52.212-3--Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, with its offer. Applicable DFARS clauses: 252.204-7004, R equired Central Contractor Registration; 252.212-7001--Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items; 252.225-7002--Qualifying Country Sources as Subcontractors; 2 52.225-7031, Secondary Arab Boycott of Israel. Full text of these provisions and clauses may be accessed on-line at http://farsite.hill.af.mil. This announcement is the solicitation which will result in a firm fixed-price service contract. If you need to set up a site visit before proposals are due, contact Mr. Brian Neely at 601-313-6128 to set up a date and time. Proposals are due no later than 4:00 P.M. CDT, September 5, 2007, to: JFH-MS-J8-PC, Attn: 1LT Amanda Villeret, 144 Military Drive, Flowood, MS 39232-8861. Proposals may be emailed to amanda.villeret@us.army.mil or faxed to 601-313-1569 (email is the preferable method). CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. POINTS OF CONTACT: Technical questions regarding this requirement ma y be addressed to Mr. Brian Neely at 601-313-6128. The Contracting Offices web site is located at http://www.ngms.state.ms.us/uspfo/.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
Country: US
 
Record
SN01381372-W 20070824/070822221853 (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.