Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

99 -- Tree trimming - Package #1 - Package #2 - Package #3

Notice Date
4/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Alameda, US Coast Guard Island, Bldg. 42, Alameda, California, 94501-5100, United States
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG31-11-Q-PSH021
 
Archive Date
5/3/2011
 
Point of Contact
Michael N Davis, Phone: (510)437-5310, Mei S. Chan, Phone: 5104373195
 
E-Mail Address
michael.n.davis@uscg.mil, mei.s.chan@uscg.mil
(michael.n.davis@uscg.mil, mei.s.chan@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR Clause 52.212-4 Wage FAR Clause 52.212-5 COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation 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; quotes are being requested and a written solicitation will not be issued. (A) The solicitation number is HSCG31-11-Q-PSH021 and is issued as a Request for Quotation (RFQ). intends to award a Firm-Fixed Price (FFP) Purchase Order using Simplified Acquisition Procedures (FAR 13), resulting from this solicitation, to the responsible vendor whose quotation conforms to this solicitation, and is determined to be most advantageous to the Government based on ability to meet basic requirements, delivery date, and price.. (B) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. (C) This acquisition is issued set-aside 100% for small business. The associated NAICS code is 561730 and the small business size standard is $7 Million. Department of Labor Wage Determination No.: 2005-2059, Revision 11, dated 07/16/2010 is applicable to this contract (See Attached) (D) List CLINS, item descriptions, quantities and units of measure, (including option(s), if applicable). CLIN 00001, Tree Trimming Services, One (1) Job (JB). (E) Description/Statement of Work/Specification: TREE TRIMMING (WINTERIZING) FOR COAST HOUSING IN NOVATO The intent of this Statement of Work (SOW) is to have the contractor provide labor materials, equipment and supervision necessary for, winterizing, trimming, pruning trees in Novato Housing. Security Requirements: Vehicles must have valid registration and insurance and drivers valid licenses. Technical Point of Contact Designation: The POC's for this task are: DCC Jeff Whichard who can be reached at (415) 382-4240 or Jeffrey.w.Whichard@uscg.mil or EM2 Tony Bennett at (415) 382-4241 or tony.r.bennett@uscg.mil Description of Work All work performed shall be in accordance with ANSI A300 and 2133 tree Industry, standards. Class 2 or structural pruning consists of the removal of dead, diseased, interfering, objectionable and week branches greater than one inch diameter in order to thin and open the canopy. Class 4 or reduction pruning consists of cutting back tops, sides under branches, or individual limbs back to appropriate lateral stems, in order to reduce end weight. Building clearance is the, cutting back of all plant material within 4'-5' of the eves and roof structures. Where specified, all pruning tools shall be sterilized in a bleach solution between cuts to minimize the spread of disease. Tree removals include stump grinding unless otherwise stated. In the event that stumps cannot be ground, they will be treated with Garlon or Roundup to prevent re-growth. Stumps will be ground below grade and back filled to level. All chipped and mulched debris will be dumped at an agreed upon location on the property. Whole logs, stumps and other debris will be hauled away. Coast Guard Furnished Information: (a) List of tagged trees and comments. Coast Guard Furnished Material: (a)None Coast Guard Furnished Equipment: (a)None Travel Requirements: (a)All costs associated with travel to complete this task are included within the contractor's proposal. Transportation of Equipment/Material: (a)All costs associated are included within the contractor's proposal. (F) Acceptance Plan: (a)Completion of work under this contract will be monitored and accepted by Coast Guard Technical POC's, DCC Jeff Whichard or EM2 Tony Bennett. FOB: Destination (G) FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Addendum to FAR Povision52.212-1 - the following paragraphs are modified or added to the provision: (b) Submission of Offers. - Modified Submit signed and dated offers to the office specified in this solicitation at or before the exact date and time specified in this solicitation. Offers may be submitted on the Standard Form 1449 or company letterhead stationery. As a minimum, offers must show- (1) The solicitation number; (2) The date and time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of all Solicitation Amendments, if applicable; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for Acceptance of Offers. - Modified The offeror agrees to hold prices in its offer firm for 60 calendar days from the date specified for receipt of offers (SF-1449/Block 8), unless another time period is specified in an amendment to the solicitation. (k) Central Contractor Registration (CCR). - Modified By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database before the date and time specified in Block 8 (Offer Due Date/Time) of the SF-1449, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (H) FAR Provision 52.212-2, Evaluation-Commercial Items, is incorporated by reference and applies to this acquisition. Paragraph (a) of the provision. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: LOWEST PRICE TECHNICALLY ACCEPTABLE. (I) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offerors may complete FAR 52.212-3 online at ORCA: https://orca.bpn.gov/login.aspx. An offeror must state in their offer if they completed FAR 52.212-3 online at ORCA (the information on ORCA must be up-to-date and valid). (J) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. Addendum to FAR Clause 52.212-4 - the following paragraphs are modified or added to the clause: SEE ATTACHED. (K) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, is incorporated by reference and applies to this acquisition. The following FAR clauses cited in Clause 52.212-5 are applicable to the acquisition: SEE ATTACHED. (L) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (M) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. N/A (N) Date, time and place offers are due. Offers are due no later than (4/18/11), 4:30 PM PACIFIC. Submit offers to the following mailing address, e-mail address or fax number by the offer due date and time: U.S. Department of Homeland Security United States Coast Guard, BSU Alameda Coast Guard Island, Bldg. 42, PCD Alameda, CA 94501-5100 Attn: SK1 Michael N. Davis Via email to (Michael.n.davis@uscg.mil) Via fax number (510) 437-2793 (ATTN: SK1 Michael N. Davis ) Any and all questions regarding this solicitation shall be submitted in writing to the Purchasing Agent at (Michael.n.davis@uscg.mil) no later than (4/13/11), 4:30PM PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/556dba7c5afafea8682ff0559f85a206)
 
Place of Performance
Address: 227 S. Oakwood suite 2, Novato, California, 94949, United States
Zip Code: 94949
 
Record
SN02415071-W 20110403/110401234442-556dba7c5afafea8682ff0559f85a206 (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.