Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2011 FBO #3359
MODIFICATION

S -- REMOVE TREES, STUMPS AND ROOT MATTER (Clearing and Grubbing) - Amendment 1

Notice Date
2/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-11-BD-002
 
Archive Date
2/26/2011
 
Point of Contact
Aneury Evangelista, Phone: 757-764-1540, Rosita C Goodrum, Phone: 7577641115
 
E-Mail Address
aneury.evangelista@langley.af.mil, rosita.goodrum@langley.af.mil
(aneury.evangelista@langley.af.mil, rosita.goodrum@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 001 This is a combined synopsis/solicitation FA4800-11-BD-002 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; a quote is being requested and a written solicitation will not be issued. The quotation is being requested to be received no later than 1000 (10 AM) EST, 11 February 2011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. This procurement is being set aside 100% for small business concerns. The applicable North American Industry Classification System Code (NAICS) is 238910 and the size standard is $14M. The Government intends to issue a firm fixed-price purchase order for the acquisition of the following services and/or items in accordance with the attached Statement of Work: Line Item 0001 - 1 EA, Area 1 - Clearing and Grubbing, Durrand Loop, Main Area and Access Road (Priority #1), 2.3 Acres Line Item 0002 - 1 EA, Area 2 - Clearing and Grubbing, Durrand Loop North Area (Priority #2), 0.46 Acres Line Item 0003 - 1 EA, Area 2 - Clearing and Grubbing, Durrand Loop East Area (Priority #3), 0.58 Acres Line Item 0004 - 1 EA, Area 2 - Clearing and Grubbing, Durrand Loop South Area (Priority #4), 0.46 Acres Line Item 0005 - 1 EA, Area 2 - Clearing and Grubbing, Durrand Loop West Area (Priority #5), 0.68 Acres Line Item 0006 - 1 EA, Area 3 - (Gregg Road) Clearing and Grubbing, Durrand Loop, EOD Range and Access Road (Priority #6), 1.03 Acres The performance period is thirty (30) days for CLINS 0001 through 0005 and sixty (60) days for CLIN 0006. Quote Must Be Valid Through 14 March 2011. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: By reference: 52.212-1 Instructions to Offerors - Commercial Items, Jun 2008 52.222-22 Previous Contracts and Compliance Reports, Feb 1999 52.222-25 Affirmative Action Compliance, Apr 1984 52.204-7 Central Contractor Registration, Apr 2008 52.212-4 Contract Terms and Conditions -- Commercial Items, Jun 2010 52.232-1 Payments, Apr 1984 52.233-1 Disputes, Jul 2002 52.237-1 Site Visit, Apr 1984 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, Apr 1984 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, Jan 2009 252.204-7003 Control of Government Personnel Work Product, Apr 1992 252.225-7002 Qualifying Country Sources as Subcontractors, Apr 2003 252.225-7031 Secondary Arab Boycott of Israel, Jun 2005 252.232-7010 Levies on Contract Payments, Dec 2006 252.243-7001 Pricing of Contract Modifications, Dec 1991 252.204-7004 ALT A Central Contractor Registration (52.204-7) Alternate A (Sep 2007) 52.253-1 Computer Generated Forms, Jan 1991 52.223-5 Pollution Prevention and Right-to-Know Information w/Alt I, Aug 2003 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://www.arnet.gov/far http://farsite.hill.af.mil (End of Provision) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far http://farsite.hill.af.mil (End of Clause) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X__ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). _X__(10) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). __X_ (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _X__ (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). __X_ (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ (24) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __X_ (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X__ (33) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). _X__ (37) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X__ (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: __ X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits WG-11 - Faller/Bucker 22.08 WG-15 - Logging Heavy Eq Operator 25.67 WG-15 - Forestry Truck Driver 25.67 WG-06 - Forestry Laborer 17.84 (End of Clause) 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) _X___ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (19) _X___ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (25) (i) _X___ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (iv) _X___ Alternate III (MAY 2002) of 252.247-7023. (26) _X___ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) 5352.201-9101 - Ombudsman (Apr 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 -- Health and Safety on Government Installations (Jun 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 -- Contractor Access to Air Force Installations (Aug 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) The offeror must have a Commercial Government Entity Code (CAGE Code) and must have a DUNS number and be registered in the Central Contractor Register (CCR) in order to transact business with the government. One of the following paragraphs will apply: (a) Offeror shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). or (b) Offeror shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to ORCA. Note: A search in ORCA will be accomplished to ensure compliance. Site Visit: A site visit will be conducted on 8 February at 9:00 AM EST. Offerors who plan to attend should email list of attendees to include names to A1C Aneury Evangelista at Aneury.Evangelista@us.af.mil no later than 12 PM EST, 4 February 2011. The list should be limited to two attendees per company. Failure to respond in a timely manner may result in delay or denial of access to the installation. The meeting place will be at the 633rd Contracting Squadron, Bldg. 90, 74 Nealy Avenue, Langley AFB, VA 23665. Please arrive for the site visit no later than 08:45. Questions should be submitted in writing via email. Submittals: Offeror must fill out the attached bid schedule in its entirety. Please submit the quotation: 1) Cover sheet with company name 2) Bid Schedule to 633rd CONS/LGCZ, 74 Nealy Ave Langley AFB, VA 23665 at or before 1000 (10 AM) EST, 11 February 2011. 3) Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Payment Terms, Delivery Time, and Date offer expires. Quotations may be emailed to A1C Aneury Evangelista at Aneury.Evangelista@us.af.mil and TSgt Rosita Goodrum at rosita.goodrum@langley.af.mil. If you have any questions please contact A1C Aneury Evangelista, Contracting Specialist, at (757) 764-1540, or email at Aneury.Evangelista@us.af.mil or TSgt Rosita Goodrum, Contracting Officer, at (757) 754-1115, or email at rosita.goodrum@langley.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-11-BD-002/listing.html)
 
Place of Performance
Address: Durrand Loop and Gregg Road Areas, Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02371896-W 20110204/110202234448-ff1afa1ad7720efee92eb11002f267ae (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.