Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

S -- Tree Trimming & Tree Removal - PWS

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3D90120AQ01-F4D3D90195A008
 
Archive Date
8/27/2010
 
Point of Contact
Charles C. Richardson, Phone: 8056066367, Sean W Kennedy, Phone: 805-606-1733
 
E-Mail Address
Charles.Richardson@vandenberg.af.mil, sean.kennedy@vandenberg.af.mil
(Charles.Richardson@vandenberg.af.mil, sean.kennedy@vandenberg.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Performance Work Statement 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. (ii) Solicitation F4D3D90120AQ01-F4D3D90195A008 is issued as a request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. (iv) This procurement is being issued as a 100% Service Disabled Veteran Owned Small Business Set-Aside under NAICS code 561730 and small business size standard $7.0M. (v) CLIN Service 0001: Power Line Tree Trimming & Removal (estimated workload: 4726 hours) 0002: Tree Trimming & Removal (estimated workload: 1188 hours) 0003: Stump Grinding (estimated workload: 91 hours) 0004: Herbicide of Eucalyptus Stumps (estimated workload: 105 hours) 0005: Tree Removal at Bldg TP-01 (site visit required) The contractor shall provide base-wide power line tree services as requested by the Government on various types of trees located on VAFB. The contractor shall provide the massive trim/removal of trees in power lines, stump grinding where ordered and herbicide of Eucalyptus trees after removal. Trees will vary in height and diameter. The contractor shall comply with all Federal, State, Local and VAFB rules and regulations. Performance of services shall follow commercial industry standards as described by professional organizations such as the National Arborist Association, American Society of Landscape Architects, and American National Standards Institute (ANSI). See attached PERFORMANCE WORK STATEMENT for complete requirement SCA Wage Determination 77-0727 (Rev.-38) Forestry and Land Management Services is applicable (vi) Period of Performance is 20 August 2010 to 19 August 2011, to 30th Civil Engineering Squadron, Bldg 11439 Rm 130 Vandenberg AFB 93437-6011. (vii) The provision at 52.212-1, Instructions to Offerors-Commercial Items (viii) 52.212-2, Evaluation--Commercial Items applies. ADDENDUM The Proposal shall be evaluated based on Past Performance, Price, and Best Value. Past Performance and Price will each comprise an equal share of the evaluation. Past Performance: The Contractor shall be evaluated on Past Performance on similar projects performed within the last 2 years. The Contractor's ability to trim and remove trees safely, IAW standard commercial and environmental practices, will be a key evaluation factor. Limit Past Performance to a maximum of 5 pages. Contractors will submit evidence of Past Performance with their proposal. Price: The Contractor shall be evaluated based on overall price. For the purpose of this Request for Proposal (RFP), price shall mean an averaged labor rate of a team working to accomplish each job described under CLINs 0001 thru 0004. Contractors shall provide an averaged labor rate for the specified CLINs: 0001, 0002, 0003, and 0004. Contractors shall also include a breakdown of each averaged labor rate per CLIN (show labor rates per employee). For CLIN 0005, Contractors will evaluate workload during site visitation and provide a total price for this CLIN in their proposal. Best Value: In the event that there are multiple contractors with similar attributes, the awarding will be based on best value of the for mentioned criteria. (ix) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, or complete on ORCA website: http://orca.bpn.gov/ with its offer. (x) Clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. (xi) Clause 52.212-5 dev, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders (July 10) (Deviation). Commercial Items to include clauses: 52.204-9--Personal Identity Verification of Contractor Personnel, 52.222-21-Prohibition of Segregated Facilities, 52.232-33--Payment by Electronic Funds Transfer--Central Contractor Registration, 252.204-7004 Alt A-Central Contractor Registration, 252.225-7001-Buy American Act, 252.232-7003-Electronic Submission Of Payment Requests & Receiving Reports, 52.233-3-Protest After Award, 52.247-34--F.O.B. Destination, 52.222-19--Child Labor-Cooperation with Authorities and Remedies, 252.232-7003--Electronic Submission of Payment Requests, 52.237-1: Site Visit Contractors MUST ATTEND SITE VISIT to bid on this Solicitation, Site Visit Scheduled for: August 6, 2010 2:00PM PST. Notify charles.richardson@vandenberg.af.mil by email of the individuals attending the site visit NLT Friday August 6 12:00pm PST. Contractor must include, in the email, Name, Company and Driver's License number. Limit 2 people per company. Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 52.237-2: Protection of Government Buildings, Equipment, and Vegetation 5352.201-9101-Ombudsman, 52.252-2-Clauses Incorporated By Reference, 252.212-7001 dev-Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisitions 52.212-2 -- Evaluation -- Commercial Items. (xii) Offers are accepted via fax or email and are due by August 12, 2010 at 1200 pm (Pacific Time). (xiii) Contact the primary Contract Administrator, SSgt Chris Richardson (805-606-6367; Charles.Richardson@Vandenberg.af.mil) or the alternate, Sean Kennedy (805-606-1733; Sean.Kennedy@Vandenberg.af.mil). Both can also be reached via fax at 805-606-5867. Preferred line of communication: Submit questions and proposals via E-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D90120AQ01-F4D3D90195A008/listing.html)
 
Place of Performance
Address: 30th Civil Engineering Squadron, Bldg 11439 Rm 130 Vandenberg AFB 93437-6011, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02227167-W 20100805/100803235643-0f205cea5265438e4b733cc460b8e901 (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.