SOLICITATION NOTICE
87 -- TREE PLANTING
- Notice Date
- 5/13/2009
- Notice Type
- Combine Synopsis/Solicitation
- Contracting Office
- USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208
- Solicitation Number
- W9127Q-09-T-0016
- Response Due
- 6/5/2009
- Archive Date
- 8/4/2009
- Point of Contact
- Joe Smith, 601-313-1556
- Small Business Set-Aside
- Total Small Business
- Description
- 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 being requested and a written solicitation will not be issued. The Solicitation number is W9127Q-09-T-0016 is issued as a request for quotes. The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial classification System (NAICS) code for this procurement is 115310 with a small business size standard of $7M. This Solicitation is 100% set aside for small business. CLIN 0001: Tree Planting, 291 ACRES: Scope of work as follows: The contractor must be a registered forester in the state of Mississippi with proven experience as a consulting forester. Planting: Longleaf containerized seedlings will be planted on a 10 x 12 spacing (363 trees per acre) on areas identified on Map. Maps or additional information can be obtained from MAJ Robert A. Lemire at 601-313-6228. The location of the work is Camp Shelby, Mississippi. The contractor will have 365 days from date of contract to complete planting. The following clauses apply: FAR 52.204-8, Annual Representations and Certifications; FAR 52-212-1, Instructions to Offerors (Oct 2001); 52.212-2 Evaluation of Commercial Items; Evaluation will be based on Price. FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, (May 2001); the following provisions apply 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41 Service Contract Act; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.233-2, Service of Protest; FAR 52.204-7, Central Contractor Registration; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.237-1, Site Visit; FAR 52.249-2, Termination for Convenience of the Government (Fixed Price); FAR 52-233-3, Protest After Award; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.232-36, Payment by Third Party; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.203-3 Gratuities; FAR 52.247-34 FOB Destination; FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (Nov 1995); DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government lf a Terrorist Country; DFARS 252.204-7004, Required Central Contractor Registration (Mar 2000); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items (Dec 2000), DFARS 252.225-7001 Buy American Act and Balance of Payments Program. Full text of these provisions may be accessed on-line at http://farsite.hill.af.mil. This announcement is the solicitation. The proposals are due no later than 4:30 P.M.., 5 June 2009, to USPFO-MS, Attn: Joe H. Smith, P & C, 144 Military Drive, Jackson, MS 39232-8861. Proposals may be emailed to joe.hughie.smith@ng.army.mil or faxed to 601-313-1569. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. The web site to register is www.ccr.gov. Offerors must provide Federal Tax ID Number and DUNNS Number along with proposal. Point of contact for Technical questions and copies of maps is MAJ Robert Lemire at 601-313-6228. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-09-T-0016/listing.html)
- Place of Performance
- Address: CAMP SHELBY LEE AVE CAMP SHELBY MS
- Zip Code: 39407-5500
- Country: US
- Zip Code: 39407-5500
- Record
- SN01815970-F 20090515/090513233039 (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 |