Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOLICITATION NOTICE

99 -- Tree Pruning and Underbrush Removal - RFQ

Notice Date
1/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E31285AQ02
 
Archive Date
2/8/2012
 
Point of Contact
Sarah W. Pyatt, Phone: 8439633337, Tamara F. Lee, Phone: 8439635158
 
E-Mail Address
sarah.pyatt.1@us.af.mil, tamara.lee.4@us.af.mil
(sarah.pyatt.1@us.af.mil, tamara.lee.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Statement of Work (SOW) Request for Quotation (RFQ) Combined Synopsis / Solicitation For Commercial Items (IAW FAR 12.603 (c)) (i) This is a combined synopsis/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. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E31285AQ02 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective 03 January 2012. (iv) This acquisition is 100% set-aside for Small Businesses. The associated NAICS code is 561730 with a $7.0 million size standard. (v) Contractors shall submit a lump sum quote in reference to the attached Statement of Work (SOW). This requirement is for underbrush removal and tree pruning services for SPAWAR facilities and Poseidon Park, Goose Creek, SC. The RFQ is attached to this combination solicitation/synopsis and will be used to submit quotes. After award, this document will become part of the contract. A highly recommended site visit will be conducted at the JB Charleston-Weapons Station, 10:00 A.M. (EST) on Thursday 19 Jan 2012. Site visit attendees will meet at the Redbank Club (Parking Lot), 2316 Redbank Rd., Bldg 942, Goose Creek, SC 29445. All prospective offerors are urged to attend this conference and are required to contact Sarah Pyatt, Contract Specialist, at (843) 963-3337, FAX number (843) 963-5183, e-mail address is sarah.pyatt.1@us.af.mil or tamara.lee.4@us.af.mil no later than 17 Jan 2012 with the names of those individuals who plan to attend (no more than two people per contractor). Special arrangements will be required to gain access to JB Charleston - Weapons Station. Offerors are cautioned that Joint Base Charleston has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring a valid driver's license, current proof of insurance, Social Security Card, and vehicle registration). All responsible sources may submit a quotation, which shall be considered. A firm fixed price type contract is contemplated. (vi) F1M3E31285AQ02 - Underbrush removal and tree pruning services for SPAWAR facilities and Poseidon Park in accordance with attached SOW. (vii) Work must begin no later than 01 Feb 2012 and be completed no later than 29 Feb 2012. FOB Destination - The place of performance is Joint Base Charleston - Weapons Station, Goose Creek, SC 29445. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offeror's-Commercial Items FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 in the following relative order of importance: 1. Price 2.Technical capability of the item offered to meet the Government requirement. The Government will evaluate the total price of the offer for award purposes. Price is considered more important criteria than technical capability. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The following clauses are incorporated by reference: • FAR 52.212-4, Contract Terms and Condition-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xi) The following additional clauses are applicable to this procurement. • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination # 05-2473 (Rev.13) • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. 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 WG-3 $13.64 + 32.45% est for fringes 11260 Pruner WG-2 $12.54 + 32.45% est for fringes • FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.253-1 Computer Generated Forms DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • AFFARS 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, Gregory O'Neal, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. 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. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xii) Defense Priorities and Allocation System: N/A (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Tuesday 24 January 2012, no later than 2:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E31285AQ02. Please send responses to both email addresses below. (xiv) Address questions to Sarah Pyatt, Contract Specialist, at (843) 963-3337, fax (843) 963-5183, email sarah.pyatt.1@us.af.mil or Tamara Lee, Contracting Officer, Phone (843) 963-5158, email tamara.lee.4@us.af.mil. All questions must be submitted no later than 10:00am Eastern Standard Time, Friday 20 January 2012. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov BUSINESS LICENSE TAX - SOUTH CAROLINA In accordance with Contract Clause entitled, "Federal, State and Local Taxes" dated APR 2003/FAR 52.229-3 incorporated by reference, be advised that the Cities of North Charleston, South Carolina and/or Goose Creek South Carolina imposes a business license tax on all contract work within the cities of North Charleston, South Carolina and/or Goose Creek South Carolina. The cities interpret this to include contractors performing work for the United States government within the limits of North Charleston and/or Goose Creek. Joint Base Charleston - Air Base is included within the City of North Charleston, South Carolina and Joint Base Charleston - Weapons Station is included within the city limits of Goose Creek. The cost of the license is proportional to the dollar amount of work being executed. Information for the North Charleston City Tax may be obtained by calling 843-554-5700 extension 484, or 485, and for the Goose Creek City Tax by calling 843-797-6220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E31285AQ02/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Weapons Station, SPAWAR facilities and Poseidon Park, Goose Creek, South Carolina, Goose Creek, South Carolina, 29445, United States
Zip Code: 29445
 
Record
SN02653322-W 20120114/120112234136-073c169d57d6d9991b930488388e4d78 (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.