Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

99 -- Anderson Peak Tree/Shrub Removal - Quote Template - Environmental Compliance Requirements - Performance Work Statement

Notice Date
8/12/2016
 
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
F4D3D16125AQ01
 
Archive Date
9/9/2016
 
Point of Contact
Nathan L. Yockman, Phone: 805-606-5866, Lucille D. Ngiraswei, Phone: 805-605-0490
 
E-Mail Address
nathan.yockman@us.af.mil, lucille.ngiraswei@us.af.mil
(nathan.yockman@us.af.mil, lucille.ngiraswei@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Environmental Compliance Requirements Quote template 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers IAW CLIN structure outlined in announcement. Quote template sheet will be provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 (effective 14 Jul 2016) and DFARS DPN 20160802, (effective 02 Aug 2016). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(a). North American Industry Classification Standard (NAICS) 561730, Landscaping Services, and Size Standard of $7.5 million dollars apply to this procurement. Purchase Request #: F4D3D16125AQ01 Project Title: Anderson Peak Tree/Shrub Removal 1. Quotes should conform to the CLIN structure as established in the attached Quote Template which shall be used to submit quotes. 2. Quotes shall be valid through 30 Sep 2016. 3. Please see attached Performance Work Statement (PWS) for detailed description of requirements. Email Nathan Yockman at Nathan.yockman@us.af.mil to request copies of pictures of the road maps that are loaded to AMRDEC. 4. All questions or comments must be provided to the Contract Specialist (CS) Nathan Yockman, Nathan.yockman@us.af.mil and Contracting Officer (CO) is Lucy Ngiraswei, lucille.ngiraswei@us.af.mil in writing via email No Later Than (NLT) 10:00 AM PST Saturday, 20 August 2016. Telephone and other means of oral communication will not be permitted. 5. Quotes must be submitted to Nathan Yockman and Lucille Ngiraswei, at emails Nathan.yockman@us.af.mil lucille.ngiraswei@us.af.mil NLT 10:00 AM PST Thursday, 25 August 2016. The contract will be Firm-Fixed Price with (FFP) and the CLIN is structure reflected below. The period of performance will be Two (2) Weeks from the time of the award of the contract. Services, Non-Personal: Contractor to furnish all labor, tools, parts, materials, facilities, transportation and supervision necessary to perform Anderson Peak Tree/Shrubbery Removal in accordance with the Performance Work Statement (PWS). CLIN 0001 - Tree/Shubbery Removal IAW PWS. QTY: 1 EA The following clauses are incorporated by reference in the solicitation and the resulting contract: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-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 Facility 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment and Vegetation 52.242-13 Bankruptcy 52.242-15 Stop-Work Order 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2016-O0003)(OCT2015) 252.204-7003 Control of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 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 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items The following clauses are incorporated by full text in the solicitation and the final award: 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.222-42 Statement of Equivalent Rates for Federal hires Fill-in information: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION 11210 Laborer, Grounds Maintenance WG-3/Step 3 $15.79 $5.72 (36.25%) 52.252-2 Clauses Incorporated by Reference Fill-in information: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses Fill-in information:Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) 252.232-7006 Wide Area Workflow Payment Instructions Fill-in information to be provided at award. 5352.201-9101 Ombudsman Fill-in information for paragraph c: AFICA/KS SCO, 150 Vandenberg St, Peterson AFB, CO, 80914-1105 Commercial number 719-554-5300, Fax number 719-554-5299, afica.ks.wf@us.af.mil 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in information for paragraph b:...the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award. 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2016-O0003)(OCT 2015) 252.204-7004, Alt A Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls The following provisions apply to this solicitation and are incorporated by full text. This section will be physically removed from the final award. 52.212-2 Evaluation-Commercial Items Fill-in information for paragraph a: Lowest Price Technically Acceptable 52.212-3 Offeror's Representations and Certifications - Commercial Items 52.212-3 Alt I Offerors Representations and Certifications - Commercial Items - Alternate I 52.233-2 Service of Protest Fill in information for paragraph a: 30 CONS/LGCB Attn: Lucy Ngiraswei 1515 Iceland Ave Room 150 Vandenberg AFB, CA 93437 lucille.ngiraswei@us.af.mil 52.252-1 Solicitation Provisions Incorporated by Reference Fill-in information: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions Fill-in information: Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations 5352.215-9001 Notice of Pre-Bid/Pre-Proposal Conference (see full text below) (a) A pre-bid/pre-proposal conference will be conducted at the Visitors Center just outside the Main Gate off of HWY 1, Bldg. 17595 California Blvd, Vandenberg AFB, CA 93437 Due to the accessibility of the site, a physical site visit will not be provided. A video tour of the drive to the site and the condition of the site will be shown on Wednsday, 17 August 2016 at 09:30AM PST for the purpose of answering questions regarding this solicitation and a short site visit (approximately 1.5hrs). Any firms interested in submitting a proposal must attend the site visit. (b) Submit the names and driver's license number of all attendees to Nathan Yockman at Nathan.yockman@us.af.mil before 10:00AM PST Tuesday, 16 August 2016 (please cc: lucille.ngiraswei@us.af.mil). This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Offerors are requested to submit questions via email to both point of contacts noted above No Later Than 10:00AM PST Saturday, 20 August 2016. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. (End Provision) All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in the SAM will make an offeror ineligible for contract award. All quotes should be valid through 30 September 2016. Quotes must be sent to the attention of Nathan Yockman at Nathan.yockman@us.af.mil and Lucy Ngiraswei at lucille.ngiraswei@us.af.mil No Later Than 10:00 AM PST Thursday, 25 August 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D16125AQ01/listing.html)
 
Place of Performance
Address: Anderson Peak, Big Sur, California, 93920, United States
Zip Code: 93920
 
Record
SN04221152-W 20160814/160812234237-286a43f5479d5b04983458c5e63450c9 (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.