Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2012 FBO #3772
DOCUMENT

F -- Cycad Removal and Transplanting, Anderson Air Force Base, Guam. - Attachment

Notice Date
3/21/2012
 
Notice Type
Attachment
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
Solicitation Number
N4019212R5001
 
Response Due
4/2/2012
 
Archive Date
4/17/2012
 
Point of Contact
Christian Patrick Almonte 6713332583 Arthur DeWitz at 6713333175 or arthur.dewitz@fe.navy.mil
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
THE FOLLOWING SYNOPSIS IS FOR SOLICITATION N40192-12-R-5001 CYCAD REMOVAL AND TRANSPLANTING, ANDERSON AIR FORCE BASE, GU. N40192-12-R-5001 is 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 under solicitation N40192-12-R-5001 Request for Proposal (RFP). All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. This solicitation is set-aside for Woman Owned Small Business Concerns. All responsible sources may submit a response which, if timely received must be considered by the agency. The North American Industries Classification System (NAICS) code is 115112. Proposals shall include all labor, supervision, tools, equipment, materials, management, transportation and facilities necessary to provide cycad removal from Andersen Air Force Base, Guam and off-site transplanting services. The work shall be performed in accordance with the attached Standard Form (SF) 1449 Solicitation/Contract/Order for Commercial Items. The performance period is 45 days after the date of award. The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Naval Facilities Acquisition Supplement (NFAS) provisions and clauses apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FEB 2012; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010; 52.212-1 Instructions to Offerors--Commercial Items FEB 2012; 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012; 52.216-21 Requirements OCT 1995; 52.219-8 Utilization of Small Business Concerns JAN 2011; 52.219-14 Limitations On Subcontracting NOV 2011; 52.219-28 Post-Award Small Business Program Rerepresentation APR 2009; 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program NOV 2011; 52.222-3 Convict Labor JUN 2003; 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010; 52.222-26 Equal Opportunity MAR 2007; 52.222-35 Equal Opportunity for Veterans SEP 2010; 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010; 52.222-37 Employment Reports on Veterans SEP 2010; 52.222-41 Service Contract Act Of 1965 NOV 2007; 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 1989; 52.222-43 Fair Labor Standards Act And Service Contract Act - Price; Adjustment (Multiple Year And Option) SEP 2009; 52.222-44 Fair Labor Standards And Service Contract Act - Price Adjustment SEP 2009; 52.222-54 Employment Eligibility Verification JAN 2009; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011; 52.225-1 Buy American Act--Supplies FEB 2009; 52.228-5 Insurance - Work On A Government Installation JAN 1997; 52.233-2 Service Of Protest SEP 2006; 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004; 52.243-4 Changes JUN 2007; 52.244-6 Subcontracts for Commercial Items DEC 2010; 52.246-4 Inspection Of Services--Fixed Price AUG 1996; 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels FEB 2006; 52.249-2 Termination For Convenience Of The Government (Fixed-Price)MAY 2004; 52.249-4 Termination For Convenience Of The Government Services)(Short Form) APR 1984; 252.223-7004 Drug Free Work Force SEP 1988; 252.225-7012 Preference For Certain Domestic Commodities JUN 2010; 252.243-7002 Requests for Equitable Adjustment MAR 1998; 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment To The Cost Bearer SEP 2010; 252.247-7023 Transportation of Supplies by Sea MAY 2002; 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000; 5252.245-9300 Government-Furnished Property, Materials and Services MAY 2005; 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (FEB 2012); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2012); 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009); 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011); 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005); 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JANUARY 2012); 5252.201-9300, CONTRACTING OFFICER AUTHORITY (JUN 1994); 5252.212-9300 COMMERCIAL WARRANTY (NOV 1998); 5252.223-9300, INSPECTION BY REGULATORY AGENCIES (JUN 1994); 5252.232-9301 INVOICING PROCEDURES ELECTRONIC (NAVFAC November 2009); 5252.237-9302, SITE VISIT (JUL 1995); 5252.246-9303, CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES (OCT 2004). Offerors must maintain the minimum insurance amounts for Workman's Compensation and Employer Liability Insurance, General Liability Insurance, and Automobile Insurance consistent with Government of Guam law. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation- Commercial Items with paragraph (a) consisting of the following verbiage: 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: Price, Experience and Past Performance. Evaluation method: Evaluation of proposals will be based on price and non-priced criteria stated in the solicitation, with contract award to be made to the offeror submitting the lowest priced technically acceptable proposal to the Government; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 5252.237-9302, SITE VISIT (JUL 1995); and DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items. Offeror must include a completed copy of this provision with their proposal. Text versions of all clauses/provisions are given in full text at http://www.acquisition.gov/comp/far/index.html. All responsible contractors are encouraged to submit an offer in response to this solicitation but no later than 2:00pm, local time, on Monday, 2 April 2012 to NAVFAC Marianas Acquisition Dept, Attn: Christian Patrick Almonte, Contract Specialist via email at christian.almonte@fe.navy.mil. Written offers (oral offers will not be accepted) on RFP N40192-12-R-5001 must be submitted to the point of contact identified above. Offerors must submit, as part of their proposal, the following: (1) completed schedule on the SF1449 ;(2) completed copies of FAR 52.212-3, as well as DFARS 252.212-7000 or Online Representations and Certifications Application (ORCA) record with their proposal. ORCA is located at https://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://farsite.hill.af.mil and DFARS website: http://farsite.hill.af.mil/vfdfara.htm, and (3) Completed company experience (no more than 3) and past performance (no more than 3) information in Attachments A and B. The Past Performance Questionnaire included as Attachment B is provided for the offeror or its team members to submit to the client for each project the offeror includes in its proposal for Company Experience similar in size and scope to the project. Ensure correct phone numbers and email addresses are provided for the client point of contact. Include with your proposal submission a copy of the Past Performance Questionnaire Cover Sheet included as Attachment B which contains the point of contact information for each client questionnaire. Client satisfaction will be measured based upon quality of work, effectiveness of management, timely completion of work, and compliance with safety standards. Further, as an integral part of client satisfaction, the offeror's termination for default history and safety record will also be evaluated. If you are submitting a project that your firm performed as a subcontractor, the prime contractor may be cited as the client POC. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror's proposal, inquiries of owner representative(s), and any other known sources not provided by the offeror. Offerors who submit past performance and experience information of a parent, sister, predecessor or other affiliated company must describe what involvement such company will have on the instant acquisition. The proposal should clearly indicate how the resources of the parent, sister, predecessor or other affiliated company-its workforce, management, facilities, or other resources - will be provided or relied upon for contract performance. Request for Information can be submitted via email to christian.almonte@fe.navy.mil no later than 1600 on Thursday, 29 March 2012. The site will be available for visitation on Wednesday, 28 March 2012 at 1400. Please submit a list of attendees via email to christian.almonte@fe.navy.mil no later than close of business 27 MARCH 2012. Visitors will be required to present documentation evidencing personal identification. To be eligible to receive an award resulting from this solicitation, offerors are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their proposal. Offerors must (No Exceptions) be registered in the DoD Central Contractor Registration (CCR) database. To register, you may apply through the Internet at https://www.bpn.gov/ccr/default.aspx. This acquisition is unrated in accordance with the Defense Priorities and Allocations System. Further information regarding this solicitation may be directed to the point of contact identified above or E-mailed to christian.almonte@fe.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019212R5001/listing.html)
 
Document(s)
Attachment
 
File Name: N4019212R5001_N40192-12-R-5001_Cycads_SF1449.pdf (https://www.neco.navy.mil/synopsis_file/N4019212R5001_N40192-12-R-5001_Cycads_SF1449.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4019212R5001_N40192-12-R-5001_Cycads_SF1449.pdf

 
File Name: N4019212R5001_N40192-12-R-5001_SF30_AMD01.pdf (https://www.neco.navy.mil/synopsis_file/N4019212R5001_N40192-12-R-5001_SF30_AMD01.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4019212R5001_N40192-12-R-5001_SF30_AMD01.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NAVFAC MARIANAS PSC 455, BOX 195 FPO AP, Santa Rita, GU
Zip Code: 96915
 
Record
SN02702828-W 20120323/120322000205-d9f6408a003ee21ddffd79927aa4d6c1 (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.