SOLICITATION NOTICE
42 -- Install Trees at McConnell AFB, Ks 67221 - SOW - Kansas Native Tree Listing - KSANG New Trees Planting Map
- Notice Date
- 5/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424930
— Flower, Nursery Stock, and Florists' Supplies Merchant Wholesalers
- Contracting Office
- Department of the Army, National Guard Bureau, 184 ARW/MSC, 52955 JAYHAWK DRIVE, SUITE 153, McCONNELL AFB, Kansas, 67221-9013, United States
- ZIP Code
- 67221-9013
- Solicitation Number
- F7V3EV2131A001
- Archive Date
- 6/16/2012
- Point of Contact
- NEIL A WALLER, Phone: 3167597589, Darin L Brun, Phone: 3167597591
- E-Mail Address
-
neil.waller@ang.af.mil, darin.brun@ang.af.mil
(neil.waller@ang.af.mil, darin.brun@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- KSANG New Trees Planting Map Kansas Native Tree Listing SOW 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. Quotations are being requested and a written solicitation will not be issued. This solicitation, F7V3EV2131A001, is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59 and through Department of Defense Acquisition Regulation Change Notice 20120420. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm This procurement is a 100% small business set-aside in accordance with FAR 19.502-2. The NAICS code is 424930 and the small business size standard for this NAICS Code is 100 employees. The 184 IW Kansas Air National Guard (KSANG) has a requirement to obtain the following item. CLIN 0001: Procurement and installation of approximately 59 trees of various sizes and types to be installed at 53260 Jayhawk Dr, McConnell AFB KS 67221. Suitable substitutes shall be considered; substitutes must be approved by COTR and must be on the attached Kansas Native Tree Listing attachment. Contractor will provide mulch, gator (water) bags, and root stimulant for the trees. Newly installed trees will be watered by contractor for a period of 30 days after planted. FBO Posting will include the following attachments: Kansas Native Tree Listing and KSANG New Trees Planting Map. Mandatory Site Visit A mandatory site visit will be held for all vendors interested in submitting a quote for this requirement. Any vendor wishing to submit a quote must attend the Site Visit. Vendors wishing to attend should contact Maj. Eskridge a minimum of 24 hours prior to the meeting time to ensure Base Access can be properly arranged. See SOW for Government POC information. Site Visit Date: MAY 23, 2012 Site Visit Time: 10 AM CST Site Visit Location: Bldg. 3 53260 Jayhawk Dr McConnell AFB KS 67221 FOB-Destination for delivery to: 53260 Jayhawk Dr, McConnell AFB KS 67221. Delivery date will be determined by the Standard Commercial Practice of the Industry and will consider factors such as location and weather conditions when determining the appropriate time to plant the trees for this requirement. Final delivery date will be determined by the 184th Contracting Office in discussion with the lowest accepted contractor's RFQ of this requirement. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). The Government requires that all contractors doing business with this agency must be registered in the Central Contractors Registration (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: www.bpn.gov. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com or by phone at (800) 333-0505. The following clauses are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; FAR 52.212-2 Evaluation of Commercial Items (lowest price technically acceptable (LPTA)); FAR 52.212-3 Offeror Representations and Certifications Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed (offerors must submit a complete copy with their offers. Documentation can be completed at https://orca.bpn.gov/). 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; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; 52.222-99 DEV, Notification of Employee Rights Under the National Labor Relations Act (DEVIATION); FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action's for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252-203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.211-700, Reporting of Government-Furnished Equipment in the DOD Item Unique Identification (IUID) Registry; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; DFARS 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea Alternate III; DFARS 252.211-7003 Item Identification and Valuation All quotes/responses should be received no later than 4:00 P.M., Central Time, 1 June 2012. All questions and inquiries must be submitted in writing by fax (316) 759-7588 or email (neil.waller@ang.af.mil ); no phone inquiries will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14-2/F7V3EV2131A001/listing.html)
- Place of Performance
- Address: 53260 Jayhawk Dr, McConnell AFB, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN02751489-W 20120519/120518001116-75a4ab3acde11e335d70609607c730aa (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 |