Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2007 FBO #2110
SOLICITATION NOTICE

F -- Tree Harvesting, link for drawings through FedTeds can be found at www.nationalguardcontracting.org

Notice Date
9/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB07T4061
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propo sals are being requested and a written solicitation will not be issued. (II) Solicitation W912JB-07-T-4061 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Fede ral Acquisition Circular 2005-19, effective 17 Aug 2007. (IV) This acquisition is reserved for a small business concern; however, the Government is accepting quotes from small business concerns and large businesses. In the event of insufficient small bus iness concern participation, award will be made to participating large business. The associated NAICS code for this acquisition is 115310, standard industrial classification 0851, small business size $6.5 million. (V) COMMERCIAL ITEM DESCRIPTION: Line I tem (1) Furnish all plant, labor material, equipment, supervision and associated services necessary to Harvest and REMOVE all tree growth vegetation (standing, leaning, or lying down) I/A/W attached SOW, located within designated area (Option 1 Area) of Se lfridge ANG Base MI (Drawing C-101/Sheet 1 of 1). An approximate measurement for the area is identified on the drawing (approximately 82 acres). Completed clearing of designated area shall be accomplished NLT 60 after award. Line Item (2) Furnish all plan t, labor material, equipment, supervision and associated services necessary to Harvest and REMOVE all tree growth vegetation (standing, leaning, or lying down) I/A/W attached SOW, located within designated area (Option Area 2) of Selfridge ANG Base MI (Dr awing C-101/Sheet 1 of 1). An approximate measurement for the area is identified on the drawing (approximately 57 acres). Completed clearing of designated area shall be accomplished NLT 60 after award. Line Item (3) Furnish all plant, labor material, equi pment, supervision and associated services necessary to Harvest and REMOVE all tree growth vegetation (standing, leaning, or lying down) I/A/W attached SOW, located within designated area of Selfridge ANG Base MI (Drawing C-101/Sheet 1 of 1). An approximat e measurement for the area is identified on the drawing (approximately 21 acres). Completed clearing of designated area shall be accomplished NLT 60 after award. Line Item (4) Furnish all plant, labor material, equipment, supervision and associated service s necessary to Harvest and REMOVE all tree growth vegetation (standing, leaning, or lying down) I/A/W attached SOW, located within designated area of Selfridge ANG Base MI (Drawing C-101/Sheet 1 of 1). An approximate measurement for the area is identified on the drawing (approximately 13 acres). Completed clearing of designated area shall be accomplished NLT 60 after award. THIS REQUEST IS SOLICITED AS ADVERTISE ONLY. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. THE GOVERNMENT'S OBLIGATION UNDE R THIS REQUIREMENT IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDS FROM WHICH CONTRACT AWARD CAN BE MADE. (VII) Place of Performance: Selfridge ANG Base, MI 48045, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editi ons apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) FAR 52.212-2, Evaluation, Commercial Items The Government will award a firm-fixed priced contract resulting from this solicitation, to the responsible offeror whose of fer conforming to the solicitation will be Best Value to the Government. Best Value is the most advantageous offer, price and other factors considered with the Governments stated importance of evaluation criteria. The following factors will be used to e valuate offers: Past Performance, Delivery Schedule, Equipment and Price. Past Performance, equipment and Delivery Schedule when combined, are approximatel y equal to price. Past Performance: The offeror shall submit (with quote) past/present performance narratives for the firm on not less than three (3) or more than four (4) contracts that demonstrate experience in performing work that is similar in scope, size and complexity to the requirements of the Statement of Work (SOW). Include awards, customer letters of commendation, etc., with points of contact and telephone numbers. Delivery Schedule: The contractor shall prepare and submit a practical schedu le showing the order in which the contractor will perform the work and the dates on which the contractor contemplates starting and completing and inspecting each task. This schedule shall be submitted with quote. Equipment List: The contractor shall sub mit a complete list of equipment that will be used during performance. This list shall be submitted with the quote. The Government reserves the right to award all or part of this project. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certificat ions, Commercial Items (offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from the plans section of the Selfridge Website (www.nationaguardcontracting.org) or (http://f arsite.hill.af.mil). (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XII I) The following clause are incorporates by reference: 52.203-3, Gratuities; 52.203-6 ALT 1, Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration; 52.20 4-9, Personal Identity Verification of Contractor Personnel; 52.214-22, Evaluation of Bids for Multiple Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.219-28, Post-Award Small Business Program Repre sentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregation Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for F ederal Hires; 52.223-5, Pollution Prevention and Right to know Information; 52.225-13, Restrictions on Certain Foreign Purchases; 52.228-5, Insurance, Work on a Government Installation; 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Fun ds TransferCentral Contractor Registration; 52.233-2. Service of Protest; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219.1 (Alt I), Smal l Business Program Representation; 52.219-8, Utilization of Small Business Concerns; 52.222-42, Statement of Equivalent Rates for Federal hires; 52.237-1, Site Visit; 52.237-2, Protection of Government Vegetation; 52.246-4, Inspection of Services, Fixed Pr ice; 52.252-2, Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses; DFARS Clause 252.204-7003, Control of Government Personnel Work Product; 252.212-7000, Offer representations and Certifications-Commercial Items; 252.212-7001 Co ntract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION); 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Represe ntation of Extent of Transportation by Sea; 252.247-7023, transportation of Supplies by Sea. (XIV) N/A. (XV) All information relating to this solicitation, including pertinent SOW, drawings, changes/amendments, questions and answers, will be posted on the following website: (www.nationalguardcontracting.org). Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attrib ution basis) will be posted on the National Guard web site. They will be contained in the plans section in a document titled Questions and Answers. Offerors are requested to submit questions to the email address noted below not later than, 1100 am, 12 September 2007. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XVI) Quotes will be due to the 127 MSC 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045, by 17 September 2007, 10:00 a.m. eastern standard t ime. Email quotes will be accepted at 127thwgcontracting@miself.ang.af.mil, CC: darryl.williams.2@miself.ang.af.mil. A site visit will be held 10 September 2007 @ 10:00 a.m. eastern standard time. The site visit will begin at the Operational Contracting Office, Building 105, 43200 Maple Street, Selfridge ANG Base MI. Submit the following information to the Contracting Officer, at (127thwgcontracting@miself.ang.mil) by 4:00 PM EST, 9 September 2007. Insert the solicitation number W912JB-06-T-4053 in the subject line. This information must be provided in advance in order to ensure access to the military base. 1. Firms Name and telephone Number 2. Visitors Name This information will be provided to the Base Security Forces who will authorize your entrance to Selfridge ANG Base. Visitors must pick up their passes at the installations Main Entry gate prior to arrival. To obtain a one (1) day vehicle pass, you wil l be required to present the following information: (1) Current Vehicle Registration, (2) Valid Drivers License, (3) Proof of Current Insurance for Vehicle, (4) Car Rental Agreement, if applicable. Any of the above information is protected under the Priv acy Act, and will not be released unless permitted by law and/or you have consented to such release. (XVII) Point of Contact is Mr. Darryl K. Williams (586) 307-5917.
 
Place of Performance
Address: 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
Zip Code: 48045-5213
Country: US
 
Record
SN01394275-W 20070906/070904221449 (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.