Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
SOLICITATION NOTICE

F -- Purchase and planting of wiregrass plugs.

Notice Date
8/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0227
 
Response Due
8/11/2011
 
Archive Date
8/26/2011
 
Point of Contact
Nancy Peterson 910-451-1582 Nancy Peterson
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION 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 publication. Solicitation number M6700111Q0227 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-53 05 July 2011. This procurement is SET ASIDE 100% FOR SMALL BUSINESS. The North American Industrial Classification System (NAICS) code for this requirement is 561730 and the small business size standard is $7M. This requirement is being procured utilizing FAR Part 13 procedures. Numbered Notes 1 applies. This procurement is for the purchase and planting of wiregrass plugs at Camp Lejeune, NC. Evaluation and Basis for Award: Award will be made to the lowest-priced technically acceptable quote. The Government intends to make a single firm-fixed price award to satisfy the requirement. Technical acceptability will be determined by meeting the CLIN specifications and period of performance requirement. Pricing Quote Submission: 1. The Government will conduct the price evaluation required by FAR 13. a. The Contractor ™s submitted price quote must reflect the unit prices and extended/overall amounts. b. All submitted pricing must be actual œface-value pricing, having already accounted for any discounts offered/extended to the Government. All quotes submitted shall be Contractor ™s best pricing. Period of Performance: 1. The Government requires performance during the month of Sep, 2011. Wide Area Work Flow: 1. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense (DoD) web-based software application titled Wide Area Work Flow “ Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. WAWF-RA allows for complete visibility throughout the acceptance and payment process. The website for registration is https://wawf.eb.mil. WAWF-RA training can be accessed at http://www.wawftraining.com. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are listed below: FAR 52.252-12 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions incorporated 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 addresses: http://www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dars/index.htm Clauses incorporated by reference: FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation “ Commercial Items FAR 52.212-3 Offeror Representations and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items FAR 52.219-1 Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR.52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-6 Drug-Free Workplace FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.243-1 Changes “ Fixed-Price FAR 52.244-6 Subcontracts for Commercial Items DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.204-7004 Alt A Central Contractor Registration (FAR 52.204-7) Alternate A DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.243-7001 Pricing of Contract Modifications The provisions and clauses can be found at FAR websites: http://www.acquisition.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their DUNS Number, Tax ID Number, and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR), and registered, or willing to register, in Wide Area Work Flow databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. All responsible sources may submit a response which, if timely received, must be considered by the agency. Quoter is responsible for ensuring that their submitted quote has been received and is legible. Quoters bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. Instructions for the Preparation and Submission of Quotes: 1.The closing date and time for this solicitation is 11 August 2011, 4:00 PM EST. Submit quote to nancy.peterson@usmc.mil or fax to (910)451-2332. 2.Offerors must state the following information on their quote: unit price, extended price, shipping cost and info (if applicable), total price,. Complete the following: CAGE Code: _______________ Tax ID#: _____________________________ Invoice Terms: ____________________________ CLIN #0001: Wiregrass plugs, purchased and hand-planted across an area of 70 acres of currently forested areas at Camp Lejeune. Proposals shall include all labor, supervision, tools, equipment, materials, management, transportation and facilities necessary to plant plugs. Spacing for planting will be 6 feet x 6 feet, for approximately 1210 each per acre. Areas to be planted will be identified by Camp Lejeune, and maps will be provided. Interim Standards for containerized Wiregrass Container dimensions shall be identical to the interim standards for Longleaf pine. (Plug should be grown in containers no less than 5.5 cubic inches in volume. Plug height needs to be a minimum of 4 inches. Cells must have root trining ribs in the interior to prevent root binding.) Seedlings must be grown in a soilless media composed of a peat moss blended with other aggregates. Root plugs need to be firm and well-developed, not flopping or falling apart. Shoot height should be a minimum of 8 inches. (Measured from the top of the soil plug to the terminal tip). Bud presence is not required. More than one plant per plug is OK. Foliage needs to appear healthy with good color (not brown or yellowish). After hard frost, it is permissible for foliage to die back, as long as the root plug is still alive. The outer rim of foliage is not required to be green. It is natural for outer foliage to senesce while still a seedling in the growing trays. The inner half of the plant should be alive and in good health before a hard frost. Seedlings need to free from disease. It is permissible to see evidence of top pruning to control foliage length. Evidence of cull seedlings include: Completely dead foliage throughout the plug. Root systems that are damaged or falling apart. Growing media readily falling from the roots, causing loss of integrity. Diseased seedlings as evidenced by fungal growth. Complete or partial loss of root systems due to internal plug defects. QTY: 85,714 Each UNIT PRICE: __________ EXT PRICE: ________________ QUOTE TOTAL: $____________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0227/listing.html)
 
Record
SN02521171-W 20110805/110804000359-41a47d75927586d112d33bc9a1c926c7 (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.