Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

F -- Post Fire Rehab - Statement of Work

Notice Date
8/11/2010
 
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
F3F3CV0201A001-Gilpatrick
 
Archive Date
9/9/2010
 
Point of Contact
Larry Gane Gilpatrick Jr., Phone: (208)828-3118
 
E-Mail Address
larry.gilpatrick@mountainhome.af.mil
(larry.gilpatrick@mountainhome.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for Post Fire Rehab. (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) F3F3CV0201A001 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 2005-44 and through Department of Defense Acquisition Regulation Change Notice 20100802. 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 (v) CLIN (0001) Provide services, labor, and equipment to accomplish Post Fire Rehab tasks in accordance with the Statement of Work.* *see attached Statement of Work (vi) Services will be provided at the Juniper Butte Range and other associated training sites. Delivery NLT 30 days ARO. 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). (vii) 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 considered. (viii) 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. (ix) The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities; FAR 52.203-6 Restriction on Subcontractor Sales to the Government, w/Alternate I; FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.219-8 Utilization of Small Business; FAR 52.219-14 Limitations on Subcontracting; 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 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-41 Service Contract Act of 1965; 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 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Request for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** (x) Site Visit upon request. (xi) The clause at FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 11210- Laborer, Grounds Maintenance $13.63/hr (End of Clause) (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xiii) 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). (xiv) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xv) 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. (xvi) Quotes must be emailed to (larry.gilpatrick@mountainhome.af.mil), or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 20 August 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3CV0201A001-Gilpatrick/listing.html)
 
Place of Performance
Address: Juniper Butte Range and other associated training sites, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN02236895-W 20100813/100811235512-245c62e0ae1b6ba8625460a02342bdef (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.