Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

F -- Post Fire Rehab - Maps - Statement of Work

Notice Date
6/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
F3F3CV9140A001
 
Archive Date
6/19/2009
 
Point of Contact
Daniel T. Morphew, Phone: 2088283119
 
E-Mail Address
daniel.morphew@mountainhome.af.mil
(daniel.morphew@mountainhome.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for Post Fire Rehab Map of Area/Overview Map of Golf Course Area (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) F3F3CV9140A001 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 2005-32 and through Department of Defense Acquisition Regulation Change Notice 20090115. 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: 500 employees (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 FY2009 Post Fire Rehab for Mountain Home Range Complex and Base sites contact the Contract Specialist, TSgt Daniel Morphew at (208)828-3119 or email: daniel.morphew@mountainhome.af.mil. Information can be faxed to (208)828-2658 or sent electronically through email. (vi) Site visit to be held upon request. (vii) Period of Performance: 10 days after contract award through 1 January 2010. 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 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. (ix) 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. (x) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; 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 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires(see below for rates*); FAR 52.223-3 Hazardous Material Identification and Material Safety Data; 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 52.233-4 Applicable Law for Breach of Contract Claim; 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 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; 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) ** Lorraine Cotton 129 Andrews Street, Suite 102, Langley AFB, VA 23665, Phone: (757)764-5371, Fax: (757)764-4400, Email: lori.cotton@langley.af.mil ** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) 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). (xiii) 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 has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xiv) Wage rates are listed in compliance with the Service Contract Act of 1965. They are identified using the Register of Wage Determination under the Service Contract Act, State: Idaho Statewide, Wage Determination No.: WD 05-2159, Revision No. 6, Dated 3 June 2008. These wages and benefits would be payable to each employee if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. Information for this wage determination can be found on http://wdol.gov. (xv) Quotes must be emailed to TSgt Daniel Morphew,daniel.morphew@mountainhome.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 18 June 2009. * This statement is for information only and not a Wage Determination: - Employee Class: WG-5 Tractor Operator, Monetary Wage-Fringe Benefit: $13.81 - Employee Class: WG-3 Laborer-Grounds Maintenance, Monetary Wage-Fringe Benefit: $11.07 - Employee Class: WG-10 Heavy Equipment Operator, Monetary Wage-Fringe Benefit: $18.62
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3CV9140A001/listing.html)
 
Place of Performance
Address: Mountain Home AFB, ID 83648, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN01838804-W 20090610/090608235037-bcaa9a4e09a07c122fb3f6afadc2ac76 (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  © 1994-2020, Loren Data Corp.