Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2010 FBO #3081
SOLICITATION NOTICE

F -- Ash Tree Treatment - McConnell AFB

Notice Date
4/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-10-T-0017
 
Archive Date
5/28/2010
 
Point of Contact
Shannan Hughes, Phone: 316-759-4532, Christopher Pasco, Phone: 316-759-4537
 
E-Mail Address
shannan.hughes@mcconnell.af.mil, christopher.pasco@mcconnell.af.mil
(shannan.hughes@mcconnell.af.mil, christopher.pasco@mcconnell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: FA4621-10-T-0017 Notice Type: Combined Synopsis/Solicitation Synopsis: 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. FA4621-10-T-0017 is being issued as a Request for Quotation, which incorporates provisions and clauses which are in effect through Federal Acquisition Circular 2005-40. This acquisition is 100% set aside for small business. The NAICS code is 561730 and the size standard is $7,000,000. 1. DESCRIPTION OF SERVICES: The Contractor shall furnish the necessary personnel, material, equipment, transportation and services to treat the Ash Trees on McConnell AFB Military Family Housing Area. Treatment Service is for 164 Ash Trees in the housing area east of Rock Road for Ash Bark Beetles & Aphids. Please provide the type of treatment, type of pesticide (chemical) to be used, and number of treatments possibly needed. Contractor shall keep in effect all necessary permits, licenses, and insurance. All mixing and storage of herbicide shall be performed off the installation. The contractor shall submit an herbicide usage report of all herbicide use to the base pest manager within one day after application of any herbicide 2. ENVIRONMENTAL COMPLIANCE: The contractor shall comply with all federal, state, local and installation environmental laws, rules and plans. McConnell AFB is a federal installation. However, for environment laws, McConnell AFB meets the strictest requirements in effect. Therefore, the contractor shall also meet the strictest requirement in effect, federal, state or local. The contractor shall use and store all materials, chemicals, and equipment used in the performance of services on the installation in accordance with industry standards, local, federal and state laws, and according to manufactures' recommendations. The contractor will submit Material Safety Data Sheets (MSDS) for approval on all materials. Contractor is to submit to 22 CES/CEAN all MSDS's along with a report of how much they have used. The contractor shall make all environmental and hazardous material records available at the beginning of the next duty day after the government's request to view the records. 2.1. MCCONNELL HAZARDOUS MATERIALS PLAN: Contractors are not required to use AF-EESOH-MIS, however, contractors must submit to the contracting office the information and supporting documentation (including MSDS) necessary to obtain HAZMAT usage authorization. 2.1.1. The contracting office will transmit the contractor submittal to the AF-EESOH-MIS support office for coordination with the contract QA for any additional tracking or reporting that may be required. 2.1.2 All contractors will report data on the HAZMAT used during the performance of the contract at intervals and in the format specified by the AF-EESOH-MIS support office. Contractors should report the data to the AF-EESOH-MIS support office through the Housing Office. 2.1.3 If the contractor needs to bring a material on the installation that was not included in the original HAZMAT listing, the contractor must first notify the contracting office and then the 22 CE/ CEAN to obtain prior authorization. 2.1.4 Contractor owned HAZMAT will not be bar-coded but they will be loaded into AF-EMIS by the Air Force for EPCRA tracking purposes. 2.1.5 If the contractor spills or releases any hazardous substances, i.e. substances listed in 40 CFR 302, the contractor must immediately notify the Government representative and base environmental coordinator, 22 CE/CEAN Hazardous Waste Office for disposal instructions. 2.1.6 This information is required for accurate EPCRA reporting to the State. 3. GOVERNMENT QUALITY ASSURANCE. The Government may use various quality assurance methods to determine the contractor's compliance with the contract requirements. 4. GENERAL INFORMATION. 4.1. HOURS OF PERFORMANCE. The contractor shall perform the treatment service during daylight hours only. The contractor shall use machinery in the resident's areas (Military Family Housing) only between 8:00 am and 4:30 pm. 4.2. SECURITY REQUIREMENTS. All contractor employees shall carry contractor photo identification at all times. Contractor employees shall comply with any base security measures implemented at all times. This includes but is not limited to vehicle and goods searches and identification checks during times of increased security. If a Site visit is needed, please contact this office no later than 5 May 2010 in order to arrange a date/time. The period of performance will be from 20 May - 20 Jun 2010. The service is for our Miltiary Family Housing at McConnell AFB, KS 67221. Award will be made to the Offeror whose proposal is determined to be the lowest price technically acceptable and/or considered most adventageous to the government. The following provisions in their latest editions apply to this solicitation: FAR 52.203-3 - Gratuities. 52.203-6 -- Restrictions on Subcontractor Sales to the Government. FAR 52.212-1, Instructions to Offerors, Commercial. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the best value for the Government and conforming to the solicitation. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.209-6 Protecting the Governments Interest; FAR 52.212-2 Evaluation - Commercial Items, FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), 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-Commercial Items (Deviation), applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation:FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3; Convict Labor; FAR52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (Pest Control, WG-07, $23.42 per hour/$8.49), FAR 52.222-43, Fair Labor Standards Act; FAR 52.223-3, Hazardous Material Identification and Material Safety Data, FAR 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases (DEV); FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration FAR 52.233-3--Protest After Award; 52.233-4 -- Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Govt Bldgs, Equip, & Vegetation; FAR 52.247-34 FOB Destination; FAR 52.252-3 Alterations in Solicitation (AFFARS 5352.242-9000 Contractor Access to Air Force Installations); FAR 52.252-4 Alterations in Contract (AFFARS 5352.242-9000 Contractor Access to Air Force Installations); The clauses at DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate (DEV); DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.225-7035 Buy American Act -- Free Trade Agreements- Balance of Payments Program Certificate; DFARS 252.225-7036 Buy American Act--Free Trade Agreement -- Balance of Payments Program (ALT); DFARS 252.232-7003, Electronic Submission of Payment Requests; and AFFARS 5352.242-9000 Contractor Access to Air Force Installations. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. Include expected delivery date, DUNS number and TIN. AFFARS 5352.201-9101, Ombudsman (10 Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the services determined to be the most advantageous to the government. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 4:00 pm, Central Standard Time 13 May 2010. Offers can be faxed to 316-759-1411 or e-mailed to shannan.hughes@mcconnell.af.mil. For questions, please call 316-759-4532.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-10-T-0017/listing.html)
 
Place of Performance
Address: Military Family Housing, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02136980-W 20100502/100430235102-509cc6c23a4b8b49f262dceca47a325c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.