Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

F -- AFICA- TERPS Tree Removal

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-18-Q-0013
 
Point of Contact
Mary E. Saunders, Phone: 6097545461, Christine T. Lehtinen, Phone: 6097544713
 
E-Mail Address
mary.saunders.3@us.af.mil, christine.lehtinen@us.af.mil
(mary.saunders.3@us.af.mil, christine.lehtinen@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for TERPS Tree Removal on Joint Base MDL-McGuire, New Jersey in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-18-Q-00013 is being issued as a Request for Quotation (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 (effective 22 Aug 2018) and Defense Federal Acquisition Regulation Supplement 20170824 (effective 24 Aug 2018). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as 100% small business set-aside. The North American Industrial Classification System Code is 561730 with a small business size standard of $7.5 million. The government intends to issue a fixed price purchase order performing the service. The period of performance for this effort is that all work must be completed before March 31, 2019. Quoted prices shall include itemized pricing for the Contract Line Item Number (CLIN) as follows: CLIN 0001 - Provide all personnel, equipment, tools, materials, supervision, and other items necessary to clear and grub a minimum of 27.5 acres in accordance with the attached performance work statement. Joint Base MDL McGuire, NJ. TOTAL PRICE: $___________________________________ SITE VISIT: A site visit will be held on 11 September 2018 at 0900 local time. Please meet at 3021 McGuire Visitors Center Defense Access Hwy. JB-MDL, NJ, 08641. If you do not have access to the base please provide the below information to the following email address: mary.saunders.3@us.af.mil by 1000 local time 10 September 2018. Personal Information needed for access to base: - Name - Company Name - Full Social Security Number - Date of Birth. SITE VISIT QUESTIONS: All questions must be emailed to mary.saunders.3@us.af.mil by 11:00 EST, 13 September 2018. QUOTES DUE DATE: All quotes are due no later 20 September 2018 at 2:00 PM local time. Quotes may be emailed to mary.saunders.3@us.af.mil, or mailed 87th Contracting Squadron, Attn: Ms. Mary Saunders 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641. **Note: All offerors are required to fill-out and return Federal Acquisition Regulation clause 52.212-3 and 52.212-3 Alt 1, if applicable. (Attached) Offerors are cautioned that Joint Base McGuire-Dix-Lakehurst NJ has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING QUOTES. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. LATE QUOTES WILL BE PROCESSED IN ACCORDANCE WITH FAR 52.212-1(F) "LATE SUBMISSION, MODIFICATIONS, REVISIONS, AND WITHDRAWALS OF OFFERS." QUOTATION PREPARATION INSTRUCTIONS: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the competitive lowest price technically acceptable selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Price, and (2) Technical. ATTACHMENTS: 1. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors. 2. Burlington County Wage Determination 2015-4191 Rev 7 dated 10 Jul 2018. 3. Security Forces Squadron Appendix. 4. Anti-terrorism statement. 5. Medical statement. 6. Area Map General Information: FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base: New Year's Day- 1 January Martin Luther King's Birthday- Third Monday in January Presidents Day- Third Monday in February Memorial Day- Last Monday in May Independence Day- 4 July Labor Day- First Monday in September Columbus Day- Second Monday in October Veterans Day- 11 November Thanksgiving Day- Fourth Thursday in November Christmas Day- 25 December APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated may be accessed via the Internet at http://farsite.hill.af.mil Federal Acquisition Regulation: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting For Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.222-25 Affirmative Action Compliance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.252-1 Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/) 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil/) 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The following provisions/clauses are applicable to FAR 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-14 Limitations on Subcontracting 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Labor Standards 52.222-50 Combating 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. ADDENDUM 52.212-1 A. To assure timely and equitable evaluation of offers, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional data will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit cost data to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: 1. PRICE: Insert proposed unit and extended prices for each Contract Line Item Number (CLIN). The extended amount must equal the whole dollar unit price multiplied by the number of units. 2. TECHNICAL: Offerors shall provide documentation to show successful performance of these tasks in the past. ADDENDUM TO 52.212-2 Evaluation - Commercial Items a. Basis for Contract Award This is a Lowest Price Technically Acceptable (LPTA) award decision conducted in accordance with Federal Acquisition Regulation (FAR) 15, Contracting by Negotiation, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force (AF) FARSite, http://farsite.hill.af.mil. The Government will select the proposal with the lowest evaluated price from among those meeting the acceptability standards for non-price factors. A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, as supplemented, whose quote conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is judged to represent the lowest price technically acceptable quote. b. Solicitation Requirements, Terms and Conditions Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or subfactors. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable. c. Technical Factor The Government's technical evaluation team shall evaluate the technical proposals on an acceptable or unacceptable basis. An "Unacceptable" rating will render the entire quote unacceptable and, therefore, unawardable. Technically acceptable is defined as providing documentation that your company has sucessfully performed these services in the past. Offerors must provide documentation of this technical performance. Offerors who fail to provide this documentation will render their quote unacceptable. ADDENDUM TO FAR 52.228-5 Insurance - Work on a Government Installation 1. The required workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000. 2. General liability insurance of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence. 3. Automobile liability insurance shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. Covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per occurrence for property damage shall be required. 4. The amount of coverage on all policies shall be commensurate with any state and local requirements and shall be sufficient to meet normal and customary claims. ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. PERFORMANCE WORK STATMENT FOR TERPS TREE REMOVAL AT JOINT BASE MDL, NEW JERSEY DESCRIPTION OF SERVICES: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to clear and grub a minimum of 27.5 acres of trees (see attachment). The contractor shall also grade, seed, and fertilize ground soil following tree removal. The trees and resulting debris shall be removed from government property and be properly disposed of in accordance with all regulations. The contractor may harvest the wood for lumber, chip and haul the debris for disposal, or use the chips for mulch off base. Work to be performed on the clearing and grubbing acreage consists of: completely clearing, grubbing and removing trees and vegetation, rough grading, seeding, fertilizing, and applying straw mulch. The contractor shall grade ground soil to match existing topography following tree removal, then perform seeding. Mulch shall be crimped in or otherwise secured to ensure it does not blow off site in accordance with the NJ Standards. The seed shall be pinelands mixture as provided in the NJ Standards. The seed and fertilizer plan shall be approved by 87 CES/CEIEC. Any adjacent areas dissembled, damaged, or removed by the contractor during contract performance shall be properly repaired by the contractor at no expense to the Government. Any and all debris / trash generated by this project shall be removed and properly disposed of off base by the contractor. The contractor or his representative (QAP) shall be on site whenever work is being accomplished. The contractor shall coordinate the time that work will be accomplished with the points of contact listed below. The contractor shall be responsible for daily clean up at the work site and complete restoration of the area after completion of the work. All work shall be accomplished in accordance with all Federal, state, and local laws and regulations, applicable building codes and standards, NEC, NFPA, BOCA, & CABO, and OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) codes. NOTE: Where more than one standard is applicable, the higher standard shall be adhered to. SPECIAL REQUIREMENTS: The work site shall remain clean and clutter free at all times. A Fire Department permit is required for all open-flame cutting operations. The tree removal areas and access roads shall be isolated with barricades and cones, if required, to prevent personnel access. All dumpsters or other containers for trash and debris shall be located in areas designated by the government and shall be subject to removal and / or relocation at the government's request. These requirements shall not impact the performance period. The Contractor Manager or an alternate shall be available within sixty (60) minutes notice during normal duty hours, 7:30am to 4:15pm, to meet with government personnel to discuss any concerns encountered at the work site. The contractor will supply government Contracting Officer's Representative (COR) with phone number for contacting purposes. BASE ENTRY: The contractor shall obtain the necessary passes and /or identification for entry into McGuire Air Force Base and Fort Dix for all employees prior to commencement of work. The Government reserves the right to refuse to issue an entrance pass to any employee for any reason deemed valid by the Government. The contractor shall be required to provide the Security Forces with vehicle registration(s), proof(s) of insurance, driver license(s), and a picture ID(s) to obtain a pass for entry onto the base. The Pass and Registration building is located inside the twenty-four (24) hour gate right off of Wrightstown / Cookstown Rd. ENVIRONMENTAL COMPLIANCE: Contractor is required to comply with all applicable base, local, State and federal environmental laws and regulations, including JB MDL Instructions in effect at the time of performance. Contractor shall be responsible for obtaining and complying with any required operating permits. Contractor shall be responsible and liable for penalties, fines, or environmental damage claims that may be required or assessed by the local, State or federal governments as a result of the contractor's performance, or failure to perform, during the course of this contract. The government will inspect for environmental compliance at its discretion, and will notify the COR of any discrepancies found. In addition, contractor may be subject to contractual sanctions for environmental non-compliance including, but not limited to, termination, suspension, and debarment and adverse past performance assessment. Any damages incurred by the contractor's operation or negligence shall be restored to their original condition by the contractor, at no additional cost to the government. All permits and approvals shall be submitted to the base environmental office (87 CES/CEIEC) for review at least two (2) business days prior to work beginning. SECURITY FORCE AND FIRE PROTECTION: The Base Security Police telephone number is 609-754-2001 and the Base Fire Department telephone number is 911 for reporting a fire. General information telephone number is 609-754-3326. PERFORMANCE PERIOD: All work must be completed before March 31, 2019. SCHEDULE OF WORK: Work shall normally be accomplished during the standard 8-hour day, 5-day week, 0730 hrs. to 1615 hrs., Monday through Friday excluding Federal holidays. Work outside these hours must be approved by the Contracting Officer at least one (1) workday prior to proposed work. INSPECTION / ACCEPTANCE OF PROJECT COMPLETION: A final inspection will be scheduled upon completion of all work. Contact the COR two (2) days prior to completion for a site visit. NON-PERSONAL SERVICES AND/OR INHERENTLY GOVERNMENTAL SERVICES: The Government will neither supervise contractor employees nor control the method by which the contractor performs the required tasks. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor feels that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the PCO immediately. These services shall not be used to perform work of a policy/ decision making or management nature, (e.g. inherently governmental functions). All decisions relative to programs supported by the contractor shall be the sole responsibility of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-18-Q-0013/listing.html)
 
Place of Performance
Address: 2402 Vandenberg Ave, Joint Base MDL, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN05088865-W 20180915/180913231716-baeac0e86111ef218a63a4cc498d4a6b (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.