Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2011 FBO #3627
SOLICITATION NOTICE

F -- Timber Removal (Sales) - Package #1 - Package #2 - Package #3

Notice Date
10/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
113310 — Logging
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street, Suite 113, Columbus AFB, Mississippi, 39710-1006
 
ZIP Code
39710-1006
 
Solicitation Number
CAFBS0001
 
Archive Date
12/14/2011
 
Point of Contact
David Holliman, Fax: 662-434-2654, Robert Gable, Fax: 662-434-2654
 
E-Mail Address
david.holliman@columbus.af.mil, robert.gable@columbus.af.mil
(david.holliman@columbus.af.mil, robert.gable@columbus.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) Wage Determination (WD) Request For Quote (RFQ) 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; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is CAFBS0001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is a Total Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 113310, and the small business size standard is 500 employees. Columbus Air Force Base has a need for non-personal services to provide all management, labor, transportation, equipment, tools, materials and other items necessary to provide removal of timber in accordance with the applicable Statement of Work (SOW). FOB: Destination, performance at Columbus AFB, MS 39710. This requirement will result in a Sales Contract; no payment will be made by the Government. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. Offerors shall complete the Online Representations & Certifications Application (ORCA) at http://orca.bpn.gov; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/vffara.htm); 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.237-1, Site Visit; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.237-5, Payment by Contractor to Government; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires - Wage Determination number: 1979-0150, Revision 31, dated 13 Jun 11 applies; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alternate A, Central Contractor Registration, 252.232-7010 Levies on Contract Payments, and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004. Award cannot be made to an offeror without current registration in the CCR database. The CCR can be accessed at http://www.ccr.gov. EVALUATION CRITERIA: Award will be based on the best value to the Government in terms of price and technical acceptability, and will be made to the contractor who presents the highest-priced technically acceptable offer. An offer is considered technically acceptable if it is submitted timely, is prepared in compliance with instructions included in this synopsis/solicitation, and takes no exceptions to the applicable SOW. Contact David Holliman, Contract Administrator, regarding any questions about this solicitation. All offers must be submitted by e-mail or fax to the Contract Administrator no later than Tuesday, 29 Nov 11 by 1:00 PM CDT. A Site Visit will be accomplished on Wednesday, 9 Nov 11 at 1:00 PM CDT. All interested vendors are invited to attend; please ensure you have the proper licensure, vehicle registration, and proof of insurance necessary for entry into the installation. Those interested in attending should RSVP in writing to the Contract Administrator NLT Thursday, 3 Nov 11 at 1:00 PM CDT so that adequate accommodations may be made. A Request For Quote (RFQ) document is attached to ensure the information the Government requires is included with your offer; Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/CAFBS0001/listing.html)
 
Place of Performance
Address: 555 Simler Blvd, Columbus AFB, Mississippi, 39710-6010, United States
Zip Code: 39710-6010
 
Record
SN02614831-W 20111030/111028234309-2caf85cd1f3832e3727b04473f069375 (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.