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
MODIFICATION

F -- Aerial Spraying - Amendment 2 - Corrected Attachments

Notice Date
8/3/2011
 
Notice Type
Modification/Amendment
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-11-Q-0068
 
Archive Date
8/24/2011
 
Point of Contact
Shelby M. Goss, Phone: 229-257-4716, Stephen B. Sparks, Phone: 229-257-1349
 
E-Mail Address
shelby.goss@moody.af.mil, stephen.sparks@moody.af.mil
(shelby.goss@moody.af.mil, stephen.sparks@moody.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Schedule - 3 August 2011 Statement of Work - 3 August 2011 Questions and Answers - 3 August 2011 This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The award resulting from this combined synopsis and solicitation will be a Firm Fixed Price purchase order for the items listed. The solicitation number for this procurement is FA4830-11-Q-0068 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53, Defense Acquisition Circular (DAC) Correction 91-13 and Air Force Acquisition Circular (AFAC) 2011-0421. This acquisition will be set aside for Small Businesses in accordance with FAR 19.502-2(a). The North American Industry Classification System (NAICS): 115112. Quotations must be submitted on the attached Pricing Schedule for the following CLINS. Contract Line Item Number 0001- 144 Acres: Aerial Spraying of Polaris Herbicide (EPA Reg. No 228-534, 44% Triclopyr) at a rate of three (3) pints per acre, and Renovate 3 Herbicide (EPA Reg. No. 62719-37-67690, 27% lmazapyr) at a rate of two (2) quarts per acre will be applied by helicopter in accordance with the statement of work (SOW). See attached SOW. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order to the quoter whose price is judged to represent the best value to the government. Evaluation criteria are as follows Lowest Price Technically Acceptable. Technically acceptability will be based on the contractor meeting qualifications and performance specifications in accordance with the Aerial Spraying SOW as attached to their quote. The quote which conforms with the government's specifications and is most lowest-priced will be deemed the "lowest price technically acceptable" quote. Technically acceptable means the contractor must be certified in the aerial application of herbicides in the state of Georgia and must have a Georgia Commercial Pesticide Applicators license. Quoters MUST BE REGISTERED ON CENTRAL CONTRACTOR REGISTRATION (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Place of Performance: Grand Bay Range, Moody AFB, GA Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF QUOTES; NAME, ADDRESS; TELEPHONE NUMBER OF QUOTER; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Quoters shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quotes shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF QUOTERS: The quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE QUOTES: Request for Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of quotes WILL NOT be considered. All quoters must be registered on Central Contractor Registration (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. QUOTES MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR QUOTE, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Quoters that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarred; 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 or Executive Orders-Commercial Items (Deviation). FAR 52.202-1, Definitions; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) FAR 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.). FAR 52.222-50, Combating Trafficking in Persons. FAR 52.223-4; Recovered Material Certification FAR 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-11, Extras; FAR 52.232-23, Assignment of Claims; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7006, Billing Instructions; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea; AFFARS 5352.201-9101, Ombudsman. The Defense Priorities and Allocations System (DPAS) rating is S10. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 1:00 P.M. E.S.T. on 9 Aug 2011. EMAIL OFFERS WILL BE ACCEPTED; HOWEVER, NO FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is SrA Shelby Goss, Email: shelby.goss@moody.af.mil Phone: 229-257-4716, Alternate: Stephen Sparks, Email: stephen.sparks@moody.af.mil Phone: 229-257-1349. Attachments: 1. Pricing Schedule 2. Wage Determination 3. Statement of Work 4. Moody Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-11-Q-0068/listing.html)
 
Place of Performance
Address: Grand Bay Range, Moody AFB, Georgia, 31605, United States
Zip Code: 31605
 
Record
SN02521251-W 20110805/110804000449-cbf4fb02d6bf4e68e823a08b9759337f (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.