Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2003 FBO #0591
SOLICITATION NOTICE

S -- PURCHASE AND INSTALL SOD - F4460099Q0352

Notice Date
5/18/1999
 
Notice Type
Solicitation Notice
 
Contracting Office
United States Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA 23665
 
ZIP Code
23665
 
Solicitation Number
F44600-99-Q0352
 
Point of Contact
Darell Taylor, Purchasing Agent, Phone 757 764-2175, Fax 757 764-7447, Email taylorda2@langley.af.mil - Clifford Hooven, Contracting Officer, Phone 757-764-4918, Fax 757-764-7447, Email clifford.hooven@langley.af.mil
 
E-Mail Address
Darell Taylor
(taylorda2@langley.af.mil)
 
Description
NEW SOD AT BASE LTA FOOTBALL FIELD Description (i) This combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in the notice. (ii) Solicitation F44600-99-Q0352 is issued as a Request for Quote. Quotes are requested and a written RFQ will not be issued. (iii) The solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition circular (FAC) 97-11 and Defense Acquisition Circular 91-13. Wage Determination number 94-2543 R(20) for 11210 - Grounds Maintenance, Laborer applies to this contract. It is the contractor responsibility to be familiar with all-applicable clauses and provisions. (iv) This acquisition will be 100% Small Business set aside, the Standard Industrial Classified Code is 0782. (v) The 1st Civil Engineering Squadron has a requirement for purchase and installation of new sod at the base LTA Football Field, approximately 7,600 square yards of sod. (vi) The following requirements applicable are: The contractor shall provide all personnel, equipment, materials, tools, supervision, and other items and services necessary to perform Football Field Maintenance as defined in this Statement of Work (SOW). Work shall consist of the removal and disposal of the existing ground cover, level the field maintaining the crown and drainage, lay Bermuda grass sod, and irrigate the field. The contractor shall perform to the standards in this contract. The estimated quantities of work are listed in Attachment 1, Workload Estimates. Site Preparation _ Remove the existing ground cover to bare earth. Site shall be free of all debris before sod is laid. Dispose of the ground cover according to Federal, State, and Local regulations. Care shall be taken to prevent any damage to the existing irrigation system. The contractor at no expense to the government shall repair any damage to the sprinkler system incurred during construction. Remove, paint, and reinstall two (2) goal post. The contractor at no expense to the government shall repair any damage to the goal post incurred during construction. Grading _ Pulverize and fine grade to level the field. Fill low areas as needed. Adjust and level the sprinkler heads (approximately 40) to grade and fill in around them. Maintain a positive crown and drainage. Surveying, grade stakes, and drawings are to be accomplished by contractor. Drawings will be provided to CES upon completion. These areas shall be rolled to remove all potential and actual air pockets prior to planting. Lay Sod _ Lay Bermuda grass sod to provide an unbroken surface, except where sprinkler heads are located, as identified by this contract. Care shall be taken around sprinkler heads so as not to interfere with their operation. Fertilize _ Spread fertilizer at a rate of 4 lbs. per 1000 square feet. Fertilizer shall be a starter fertilizer not to exceed a 10-10-10 rating. Irrigation _ Will be the responsibility of CES Water Shop. (vii) Delivery: Work shall begin on June 1, 1999 and be completed by June 8, 1999. Warranty: The contractor or manufacturer standard commercial warranty shall apply. (viii) The following FAR provisions and clauses are applicable to the procurement: 52.212-1, Instructions to Offerors-Commercial Items is hereby incorporated by reference. (ix) Solicitation provision at FAR 52.212-2, Evaluation-Commercial Items, is hereby incorporated by reference. The Government will award a Purchase Order resulting from this solicitation to the responsible offeror that is most advantageous to the government. The following factors will be evaluated: technical capability, price, past performance and delivery schedule in compliance with the requirements of this solicitation all the referenced clauses with price being the most significant factor. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications Commercial Items and 252.212-7000, Offeror Representations and Certification Items with its offer. Contact our point of contact for full text if necessary. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, is hereby incorporated by reference. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, is hereby incorporated by reference. (xv) Signed and dated quotes must be submitted to 1st Contracting Squadron, 74 Nealy Ave, Suite 201, Langley AFB, VA 23665, ATTN: SrA Taylor not later than 3:00 (EST) 29 May 99 (xvi) Contact SrA Taylor at (757) 764-2175, fax (757) 764-7447, and no collect calls. A completed copy of the provision at 54.212-3, Offerors Representations and Certification Commercial Items, must be submitted with the quote. Offerors submissions shall comply with the instructions set forth in the solicitation and FAR provision 52.212-1, Instructions to Offerors Commercial Items and shall include, in accordance with FAR52.212-1 the following: Technical description of the items being quoted in sufficient detail to evaluate compliance the requirements of the solicitation; the terms of any express warranty, price and any discounts; delivery terms, completed copy of the representations and certifications at FAR 52.212-3, past performance information IAW this clause, and shall include all other applicable information required by this clause. TECHNICAL EXHIBIT 1: WORKLOAD ESTIMATES TYPE OF QUANITY 1. Site Preparation/ Debris Removal 7600 sq yd 2. Survey 7600 sq yd 3. Pulverize/Fine Grade 7600 sq yd 4. Adjust/Level Sprinkler Heads APPROX 40ea 5. Lay Sod 7600 sq yd 6. Fertilize 273.6 lbs PRICE PROPOSAL SCHEDULE CLIN DESCRIPTION UNIT EST QTY UNIT COST EST COST 0001AA Remove Turf/ SQ YD 7600 Dispose of Debris 0001AB Survey Grade EA 1 0001AC Pulverize/Fine SQ YD 7600 Grade 0001AD Add Topsoil SQ YD 100 0001AE Adjust Sprinkler EA APPROX 40 Heads 0001AF Install Sod SQ YD 7600 0001AG Move/Paint EA 2 Goal Posts Point of Contact SrA Darell Taylor, Purchasing Agent, Phone (757) 764- 2175, Fax (757) 764-7447, Email taylorda2@langley.af.mil Scott Hooven, Contracting Officer, Phone (757) 764-4918, Fax (757) 764-7447, Email clifford.hooven@langley.af.mil Email your questions to SrA Darell Taylor at taylorda2@langley.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAY-1999). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 11-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/1CONS/F44600-99-Q0352/listing.html)
 
Record
SN00370039-F 20030713/030711220915 (fbodaily.com)
 
Source
FedBizOpps.gov 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.