Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
DOCUMENT

F -- Post Fire Rehab Seeding - SOW

Notice Date
8/18/2008
 
Notice Type
SOW
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3CV8212A001
 
Archive Date
9/17/2008
 
Point of Contact
Karl A Knott, Phone: 208-828-3101
 
E-Mail Address
karl.knott@mountainhome.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS / SOLICITATION (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3CV8212A001 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and through Department of Defense Acquisition Regulation Change Notice 20080513. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 562910; Small Business Size Standard: $13 MIL. (v) This requirement describes the effort to rehabilitate previously burned areas by applying various vegetation seeding techniques. Contractor shall provide all personnel, supplies, materials, water, vehicles, seed, and equipment in accordance with the Statement of Work. For further information on the Statement of Work for FY 2008 Post Fire Rehab for Mountain Home Range Complex contact the Contract Specialist, SrA Karl Knott, (208) 828-3101 or email: karl.knott@mountainhome.af.mil. Information can be faxed or sent electronically through email. (vi) Site visit to be held upon request. (vii) Period of Performance: 10 days after contract award through January 1, 2009. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (x) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (xii) The following provisions and clauses apply to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (see below for rates*) *This statement is for information only: it is not a Wage Determination, Employee Class: WG-5 Tractor Operator, Monetary Wage-Fringe Benefits: $15.44, Employee Class: WG-3 Laborer-Grounds Maintenance, Monetary Wage-Fringe Benefits: $12.77, and Employee Class: WG-10 Heavy Equipment Operator, Monetary Wage-Fringe Benefits: $21.97; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.237-1 Site Visit; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Raymond Carpenter, HQ ACC/A7K 129 Andrews Street Suite 122, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: raymond.carpenter@langley.af.mil ** (xiii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xiv) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xv) Numbered Note 1 (xvi) Quotes must be emailed to SrA Karl Knott, karl.knott@mountainhome.af.mil, or faxed to (208)828-6486. Quotes are required to be received no later than 17:00 MST, 2 September 2008. (xvii) Wage rates must be paid in accordance with the Register of Wage Determination under the Service Contract Act, State: Idaho, Area: Idaho Statewide, Wage Determination No.: 2005-2159, Revision No.: 6, Date of Last Revision: 05/29/2008. Information for this wage determination can be found on http://www.wdol.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=53ab71ef5461a613ddc6f18793a84c8b&tab=core&_cview=1)
 
Document(s)
SOW
 
File Name: Statement of Work (Post Fire Rehab SOW 2008.doc)
Link: https://www.fbo.gov//utils/view?id=a52dedd243e854a5eee72783d6e8aa32
Bytes: 115.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Mountain Home AFB & Sailor Creek Range, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN01643671-W 20080820/080818221528-53ab71ef5461a613ddc6f18793a84c8b (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.