Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
SOLICITATION NOTICE

F -- Aerial Seed Post-Fire Rehabilitation - PWS

Notice Date
2/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3CV4030A001
 
Archive Date
3/6/2014
 
Point of Contact
Stephanie M Aiken, Phone: 2088283119, Matthew A Steele, Phone: 2088283108
 
E-Mail Address
stephanie.aiken@us.af.mil, matthew.steele.14@us.af.mil
(stephanie.aiken@us.af.mil, matthew.steele.14@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) F3F3CV4030A001 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with System for Award Management (SAM). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 and through Department of Defense Acquisition Regulation Change Notice 20140129 It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as a Small Business Set-Aside. North American Industrial Classification Standard: 562910; Small Business Size Standard: $19.0 M. (v) CLIN 0001 - Purchase 540 lbs PLS pounds of Sagebrush for Post Fire Rehabilitation of 2700 of 2700 acres of Rangelands. 1 lot CLIN 0002 - Aerially apply seed for Post-Fire Rehavilitation of 2,700 acres of Rangeland at Mountain Home Air Force Base, ID. 1 lot * See attached: Performance Work Statement (PWS) for description of work. * See attached: Performace Work Statement for timeframe and location (vi) The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The government reserves the right to cancel this solicitation, either before or after the closing date. (viii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. QUOTE/PROPOSAL INSTRUCTIONS: Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price considered. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. (ix) The provision at FAR 52.212-2 Evaluation -- Commercial Item s, applies to this acquisition. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror based on price which shall represent best value to the Government. Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Price (all line items shall be priced) The offeror's initial proposal shall contain the offeror's best terms from a price standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. (x) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is included. (xii) The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities; FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.219-28 Post Award Small Busniness Program Representative; FAR 52.222-3 Convict Labor; 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 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alternate A; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232.7006 Wide Area Workflow Payment Instructions; and AFFARS 5352.201-9101 Ombudsmen (see below POC). ** Lt Col Tonney Kaw-uh, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5373, facsimile number (757) 764-4400, Email address: tonney.kawuh@us.af.mil.** (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xiii) Quotes must be emailed to Stephanie Aiken at stephanie.aiken@us.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 4 :00 PM Local Time, 19 February 2014. (xvi) Information regarding this solicitation should be directed to Stephanie Aiken at stephanie.aiken@us.af.mil, or faxed to (208) 828-2658.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3CV4030A001/listing.html)
 
Place of Performance
Address: Mountain Home AFB, Mountain Home, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN03287415-W 20140214/140212234445-f0d3b47edc272e0ea0dcffad53cc55b2 (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.