Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOLICITATION NOTICE

87 -- Plant Longleaf Pines on 79 Acres - Package #1

Notice Date
6/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
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
F1M3E83109A001
 
Archive Date
8/6/2013
 
Point of Contact
Elizabeth P. Volkman, Phone: 8439633304, Jacqueline Brown, Phone: (843) 963-5857
 
E-Mail Address
elizabeth.volkman@us.af.mil, jacqueline.brown.1@us.af.mil
(elizabeth.volkman@us.af.mil, jacqueline.brown.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ/Pricelist - F1M3E83109A001 Longleaf Pines Statement of Work (SOW) - F1M3E83109A001 Longleaf Pines 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 F1M3E83109A001 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination solicitation synopsis that will used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective 01 Apr 2013. (iv) This acquisition is a 100% small business set-aside. The associated NAICS code is 115310 with a $7 million size standard. (v) Contractors shall submit a quote for providing and planting containerized longleaf pines on 79 acres at Joint Base Charleston - Weapons Station (JB CHS WS). The RFQ is attached to this combination/solicitation synopsis and will be used to submit quotes. A highly recommended site visit will be conducted at JB Charleston - Weapons Station, 8:30am (EST) on Wednesday 10 July 2013. 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 site visit and are required to contact Elizabeth Volkman, Contract Specialist, at (843) 963-3304, e-mail address is elizabeth.volkman@us.af.mil no later than 12:00 Noon (EST) on 8 July 2013 with the names of those individuals who plan to attend (no more than two people per company). Special arrangements will be required to gain access to JB CHS WS. Offerors are cautioned that JB CHS 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 shall allow sufficient time to obtain a visitor pass (requiring a valid driver's license, current proof of insurance, Social Security Card, and vehicle registration). Any questions pertaining to the site visit or solicitation are due in writing no later than 12:00 Noon (EST) Monday15 July 2013. All responsible sources may submit a quote which shall be considered whether they attend a site visit or not. (vi) F1M3E83109A001 providing and planting containerized longleaf pines on 79 acres at JB CHS WS. (See attached statement of work). (vii) Tree planting shall not begin prior to 1 November 2013 and shall be completed by 31 December 2013. (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) (ix) 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. Past Performance 2. Price. Past Performance is significantly more important. The Government will evaluate the total price of the offer for award purposes. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of "recent" and "relevant" projects that have occurred (References shall be submitted with proposal with point of contact name, telephone number and or e-mail adress). "Recent" is defined as; projects within the past three years. "Relevant" is defined as; Performance effort involved essentially the same magnitude of effort and complexity this RFQ requires. (x) 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 https://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. FAR 52.211-17, Delivery of Excess Quantities 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 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers With Disabilities FAR 52.222-37, Employment Reports On Veterans FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following additional clauses are applicable to this procurement: FAR 52.204-7, Central Contractor Registration FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.228-5 Insurance-Work on a Government Installation, 52.236-2, Differing Site Conditions, and 52.236-6 Superintendence by the Contractor FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors FAR 52.253-1 Computer Generated Forms DFARS 252.204-7004, Alternate A, Central Contractor Registration DFARS 252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2013 Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2013APPROPRIATIONS (DEVIATION 2013-O0010) (April 2013) (a) In accordance with sections 8112 and 8113 of Division C and sections 514 and 515 of Division E of the Consolidated and Further Continuing Appropriations Act, 2013,(Pub. L. 113-6), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) DFARS 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools 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.) DFARS 252.246-7000, Material Inspection And Receiving Report 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 (a) 52.223-11, Ozone-Depleting Substances, (xiv) Defense Priorities and Allocation System (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 22 July 2013 no later than 12:00 Noon (EST). Requests should be marked with solicitation number F1M3E83109A001. (xvi) Address questions to Ms. Elizabeth Volkman, Contract Specialist, at (843) 963-3304, fax (843) 963-5183, e-mail elizabeth.volkman@us.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, e-mail jacqueline.brown.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php See also http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E83109A001/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Weapons Station, Goose Creek, South Carolina 29445, United States
Zip Code: 29445
 
Record
SN03100268-W 20130628/130626235202-7a8c4b53b4aad198ebd838e74c4e9348 (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.