Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

F -- Honda Creek Eucalyptus Removal - Statement of Work

Notice Date
4/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3D32068A003
 
Point of Contact
Stormy C. Gallagher, Phone: 18056064775, Sean W Kennedy, Phone: 805-606-1733
 
E-Mail Address
stormy.gallagher@vandenberg.af.mil, sean.kennedy@vandenberg.af.mil
(stormy.gallagher@vandenberg.af.mil, sean.kennedy@vandenberg.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work 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. This combined synopsis/solicitation is issued as a request for quote (RFQ) #F4D3D32068A003. Submit written offers. Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.bpn.gov). This procurement is being issued as a 100% Small Business Set-Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-26 and DFARS Change Notice 20080721. North American Industrial Classification Standard (NAICS) 561730 and Size Standard of $7 Million apply to this procurement. Project Number: F4D3D32068A003 Project Title: Honda Creek Eucalyptus Removal 1. Quote shall conform to the CLIN structure as established in this synopsis/solicitation. A quote template sheet is available upon request. 2. Quotes shall be valid until 30 September 2012. 3. Please see attached Statement of Work for detailed description of required duties. 4. All questions or comments must be provided to the Contract Specialist in writing via email; telephone and other means of oral communication will not be permitted. Contract Specialist is Stormy Gallagher, stormy.gallagher@vandenberg.af.mil The contract will be Firm Fixed Price with the following structure ( Include a complete breakdown of all costs): Offerors are hereby notified that the Government may award all or only some of the CLINs below due to budgetary restraints CLIN 0001 Cutting #1 (Map 1) Qty: 1 Lot The following Provisions and Clauses apply to this award: 52.204-7: Central Contractor Registration 52.204-9: Personal Identity Verification of Contractor Personnel 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6: Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.212-1: Instructions to Offerors - Commercial Items 52.212-2: Evaluation-Commercial Items (Price and Certifications) 52.212-3 with Alternate I: Offerors Representations and Certifications-Commercial Items 52.212-4: Contract Terms and Conditions - Commercial Items 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28: Post-Award Small Business Program Representation 52.222-3: Convict Labor 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-35: Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36: Affirmative Action for Workers with Disabilities 52.222-37: Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-40: Notification of Employee Rights Under the National Labor Relations Act 52.222-41: Service Contract Act of 1965 52.222-42: Statement of Equivalent Rates for Federal Hires 52.222-50: Combating Trafficking Persons 52.222-54: Employment Eligibility Verification 52.223-5: Pollution Prevention and Right-to-Know Information 52.223-18: Contractor Policy to Ban Text Messaging While Driving 52.228-5: Insurance-Work on a Government Installation 52.232-33: Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3: Protest after Award 52.233-4: Applicable Law for Breach of contract Claim 52.237-2: Protection of Government Buildings, Equipment, and Vegetation 52.242-15: Stop-Work Order 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 252.203-7000: Requirements Relating to Compensation of Former DoD Officials 252.203-7002: Requirement to Inform Employees of Whistleblower Rights 252.204-7003: Control of Government Personnel Work Product 252.204-7004: Alternate A, Central Contractor Registration 252.204-7006: Billing Instructions 252.204-7008: Export-Controlled Items 252.209-7001: Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004: Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.212-7000: Offeror Representations and Certifications-Commercial Items 252.212-7001 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.223-7001: Hazard Warning Labels 252.223-7006: Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008: Prohibition of Hexavalent Chromium 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports 252.232-7007: Limitation of Government's Obligation 252.232-7010: Levies on Contract Payments 252.243-7002: Requests for Equitable Adjustment 252.246-7000: Material Inspection and Receiving Report 5352.201-9101: Ombudsman 5352.223-9001: Health and Safety on Government Installations 5352.242-9000: Contractor Access to Air Force Installations CONS G-800: Wide Area Work Flow Instructions All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR) is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. Any questions will need to be submitted in writing by 4:00 p.m. (PST) on 12 April 2012. The answers will be posted on the FedBizOpps website by 4:00 p.m. (PST) on 13 April 2012. All quotes must be sent to Stormy Gallagher via one of the following methods: Email (stormy.gallagher@vandenberg.af.mil); Address 1515 Iceland Avenue, Bldg 8500, Rm 150, Vandenberg AFB, CA 93437. Quotes are required to be received no later than 1:00 p.m. (PST) on 19 April 2012. Attachments 1. Statement of work 2. Maps (Maps will not be posted on FBO but will be provided by email upon request)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D32068A003/listing.html)
 
Place of Performance
Address: Vandenberg AFB, CA 93437, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02715183-W 20120407/120405235727-8c38c9131a2803dbf6e7f78493b09462 (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.