SOLICITATION NOTICE
S -- Landscaping (Travis AFB Bldg 381) - Statement of Work
- Notice Date
- 8/14/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- F3ZT769209AQ01
- Archive Date
- 9/22/2009
- Point of Contact
- David A. Volberg, Phone: 7074247737, Josephine G Cobb, Phone: (707) 424-7720
- E-Mail Address
-
david.volberg@travis.af.mil, josephine.cobb@travis.af.mil
(david.volberg@travis.af.mil, josephine.cobb@travis.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work - Photos Statement of Work - Documentation 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3ZT769209AQ01; Landscaping Bldg 381. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective 15 Jul 2009, DCN 20090729, and AFAC 2009-0803. This acquistion will be a small business set-aside. The North American Industry Classification System (NAICS) code is 561730. The business size standard is $7 M. The Federal Supply Class (FSC) is S208. The Standard Industrial Classification (SIC) is 0782. This request for quotation consists of the following: Landscaping for Bldg 381: CLIN 0001: Remove Existing Landscape; Contractor shall remove and dispose of all existing landscaping not included in the final layout to include rocks, foreign objects, or other debris not included in the final plan. Contractor shall also grade the area for proper drainage. (Lump Sum 1); CLIN 0002: Install Items; The contractor shall install weed blocker fabric with recommended B400F and shall install a plant drip irrigation system to all plants, trees, and/or shrubs being planted or existed that will remain installed. The contractor shall furnish a concept plan with drawings/sketches/pictures or whatever means that will show the installation of below plants, trees and materials based on the customer's needs and the base landscape plan similar to Appendix B (Layout). (Lump Sum 1); CLIN 0003: Plants; Barberry Cherry Bombs (15-20 Gal)(80 each); Pink Abelias (15-25 Gal)(40 each); Crape Myrtle (20-30 Gal)(8 each); Mexican Feather Grass (50 Gal)(3 each) (Lump Sum 1); CLIN 0004: Weed Blocker Fabric (Lump Sum 1); CLIN 0005: Material for drip irrigation (each 1); CLIN 0006: Ginger Rock; (51 Cubic Yards) (Avg diameter + 1 1/2 in) (Lump Sum 1); CLIN 0007: Medium Bark; (32 Cuby Yards) (Lump Sum 1); see attached Statement of Work Award shall be made in the aggregate, all or none. Please provide quote valid for at least 30 days. The following provisions/clauses apply to this solicitation. FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.212-1 Instruction to Offerors - Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions (Deviation);FAR 52.219-6 Notice of Total SB Set Aside; FAR 52.219-28 Post Award Small Business Program;FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity;FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR52.222-41 Service Contract Act of 1965 [Wage Determination No: 2005-2069; Revision No. 8; Date of Revision: 05/26/2009];FAR 52.222-42 Statement of Equivalent Rates for Federal Hires [11210 Laborer, Grounds Maintenance, $17.09 + 33% Fringe benefits. This statement is for informational use only. This is not a wage determination.]; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.237-1 Site Visit: (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Scheduled for 24 Aug 2009 at 0900 HRS; Details: All contractors planning to attend this site visit should confirm attendance via email/fax by 20 Aug 09 @ 1600 HRs. Contractors are to meet in the parking lot adjacent to the Travis AFB Pass and Registration Center by 0830 Hrs to proceed to the site. A base pass is not necessary as transportation will be provided by 60 CONS. As a failsafe measure contractors should bring their driver's license, vehicle registration, and proof of insurance in case it will be necessary to bring your vehicle on base. Contractors should bring something to write with; questions posed during the site visit are to be submitted in writing at the close of the site visit. Responses will be posted to FedBizOps to ensure fair solicitation to all potential contractors. Contractors are able to bring additional items to assist in providing a more accurate quote. Any questions or concerns regarding this site visit shall be submitted to 60 CONS in writing prior to the site visit. FAR 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses. Use the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.212-7001 Contract Terms and Conditions DEVIATION; DFARS 252.232-7003 Electronic Submission of Payment Requests. Requests for payments must be submitted electronically through the Wide Area Work Flow system at [ http://wawf.eb.mil ];DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea; AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 OMBUDSMAN. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contrac tor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to David.Volberg@travis.af.mil or fax to 707 424 2712. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award. No verbal requests will be accepted. All inquiries must be submitted by 28 August 2009. Quotes are to be provided by fax or email NO LATER THAN 05 Sep 2009, 12:00 PM, PST. Point of contact is David Volberg, A1C, Contract Specialist, telephone (707) 424 7737, david.volberg@travis.af.mil. Alternate POC is Josephine Cobb, telephone (707) 424 7720, josephine.cobb@travis.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT769209AQ01/listing.html)
- Place of Performance
- Address: Travis AFB, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN01912804-W 20090816/090815003049-3f1dc82e8bc5b54e8d8f59fd1f884776 (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 |