Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

Z -- Brush Clearing and Tree Trimming Service

Notice Date
4/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6TSCE2104A001
 
Response Due
5/17/2012
 
Archive Date
7/16/2012
 
Point of Contact
Matthew Berube, 509-247-7224
 
E-Mail Address
141 ARW/MSC
(matthew.berube@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 being requested and a written solicitation will not be issued. This requirement is issued as a request for quote (Reference number: F6TSCE2104A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-56 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20120330. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is 100% SMALL BUSINESS, NAICS CODE 561730. The date, time and request for quote offers are due by: 2:00pm Pacific Time, 17 May 2012 to Matthew.Berube@us.af.mil. ALL QUESTIONS MUST BE IN ELECTRONIC FORMAT. NO TELEPHONE QUESTIONS WILL BE ENTERTAINED. Vendor must be registered in CCR before contract can be awarded. A site visit on 8 May 2012, 10:00am Pacific Time will be conducted with any interested bidders to determine full requirements, details and answer any questions that will arise. Attendance of this site visit is mandatory; any bids submitted by bidders who did not attend the site visit will be disqualified. Please email matthew.berube@us.af.mil and abdul.toulas@us.army.mil the name, number, company and email address of personnel that will be attending the site visit at least 24 hours prior to the time of the site visit. The location for the site visit is: 248 CE 109 ENGINEERING DR CAMP MURRAY, WA 98430 CLIN 0001 - This contract is located on the Air National Guard Station, Camp Murray, Washington. Contractor is to remove all ground brush and tree limbs and to trim 20 trees 40 feet up from base of the tree as directed by the COR. All debris will be chipped or hauled from the Camp Murray. Lump Sum Price $______________ STATEMENT OF WORK This contract is located on the Air National Guard Station, Camp Murray, Washington. Contractor is to remove all ground brush and tree limbs and to trim 20 trees 40 feet up from base of the tree as directed by the COR. All debris will be chipped or hauled from the Camp Murray. END STATEMENT OF WORK Quality Assurance Surveillance Plan (QASP) INTRODUCTION This Quality Assurance Surveillance Plan (QASP) has been developed pursuant to the requirements of the Performance Work Statement in contract. This plan sets forth procedures and guidelines that the Contracting Officer (KO) and Contracting Officer's Representative (COR) will use in evaluating the technical performance. A copy of this plan will be furnished to the contractor so that the contractor will be aware of the methods that the Government will employ in evaluating the contractor's performance. A. PURPOSE OF THE QASP. The QASP is intended to accomplish the following: 1. Define the roles and responsibilities of participating Government officials. 2. Define the types of work to be performed. 3. Describe the evaluation methods that will be employed by the Government in assessing the Contractor's performance. 4. Provide copies of the quality assurance monitoring forms that will be used by the Government in documenting and evaluating the Contractor's performance. 5. Describe the process of performance documentation. B. ROLES AND RESPONSIBILITIEES OF PARTICIPATING GOVERNMENT OFFICIALS The following Government officials will participate in assessing the quality of the Contractor's performance. Their roles and responsibilities are described as follows: 1. CMSgt Ronald Eckert will serve as the COR and Quality Assurance Specialist (QAS) and be responsible for monitoring, assessing, recording, and reporting on the technical performance of the contractor. 2. SMSgt Anthony Kuntz will serve as the KO and have overall responsibility for overseeing the contractor's performance. MSgt Matt Richardson will serve as the Contract Specialist and will be responsible for the monitoring of the contractor's performance in the areas of contract compliance, contract administration, and cost control. C. IDENTIFICATION OF THE WORK TO BE PERFORMED This contract is located Air National Guard Station, Camp Murray, Washington. The contract calls for the Contractor to remove all brush, tree limbs and to trim 20 trees 40 feet up as directed COR. All debris will be chipped or hauled from the Camp Murray. D. METHODOLOGIES TO BE USED TO MONITOR THE CONTRACTOR'S PERFORMANCE 1. Quality Level: A Minimum Acceptable Standard (MAS) will be determined by positive feedback from the Facility Maintenance staff. Daily surveillance, 100% inspection, and feedback will be used to survey overall performance of such tasks as indicated in enclosure 1 with specific tasks being identified in the individual task order PWS. Any negative feedback regarding the contractor's performance will be addressed by the COR and the Contractor given an opportunity to clarify and/or correct deficiencies noted. If necessary the KO will be notified if problems persist. 2. Evaluation Methods: The COR will conduct performance evaluations by means of personal observation and feedback from Facility Maintenance Staff that interact with the Contractor. E. ANALYSIS OF SURVEILLANCE RESULTS Incidences of substandard performance will be documented and will be retained in the COR file. When appropriate, the KO may investigate the events documented. The documents will be made available to the KO upon request. If the contractor is not performing in a satisfactory manner the COR will notify the KO in writing citing the specific deficiencies. The notice shall be timely no more than 14 calendar days from the date the deficiency was noted. Enclosure 1 Periodic Surveillance Report Contract Number: To Be Determined Period of Performance: 7 days Date of the report: To Be Determined Date range for the report: To Be Determined Title: Brush Removal, Camp Murray, WA Prepared by: CMSgt Ronald Eckert, Facility Manager Surveillance Activity Checklist Task/Contract Requirement Status of Deliverable Compliance 1 Brush and limb removal 2 Tree trim, 20 each, 40' up Enclosure 2 Minimum Acceptable Standards and Surveillance Methods Task Minimum Acceptable Standard (MAS) Surveillance Method Task 1: Brush and tree limb removal Removal of brush and tree limbs. All debris will be haul or chipped and hauled from camp Murray Daily surveillance Task 2: Trim 20 trees Trim 20 trees 40 feet up from base of each tree as directed by the COR. Limbs will be hauled from Camp Murray. Daily surveillance END QASP Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (only if over $25K), FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-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. This is a best value decision. The following factors shall be used to evaluate offers: Price and technical acceptability - The Government will evaluate offers for award purposes FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable), FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Services Only) FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-99 (DEV), Notification of Employee Rights under the National labor Relations Act, (Only if over $100K) FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.226-6 - Promoting Excess Food Donations to Nonprofit Organizations (Food Services over 25k), FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, 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 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable); DFARS 252.246-7000, Material Inspection And Receiving Report; DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III WAGE DETERMINATION: WD 05-2567 (Rev.-15) was first posted on www.wdol.gov on 06/17/2011
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6TSCE2104A001/listing.html)
 
Place of Performance
Address: 248 CE 109 ENGINEERING DR Camp Murray WA
Zip Code: 98430
 
Record
SN02730617-W 20120427/120425235101-6bf191c807f283cf36764aac032f7e2a (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.