Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
SOLICITATION NOTICE

F -- Athletic Field Landscaping and Installation of Non-Artificial Turf - Statement of Work

Notice Date
7/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0170
 
Archive Date
8/21/2012
 
Point of Contact
Eric A. Burton, Phone: 9375224515, Daniel W. Enders, Phone: 9375224566
 
E-Mail Address
eric.burton@wpafb.af.mil, Daniel.Enders@wpafb.af.mil
(eric.burton@wpafb.af.mil, Daniel.Enders@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work ATHLETIC FIELD LANDSCAPING AND INSTALLATION OF NON-ARTIFICIAL TURF - FA8601-12-T-0170 The government (ASC/PKOB) requires services for Athletic Field Landscaping and Installation of Non-Artificial Turf for Dodger Field in support of the 88 FSS at Wright-Patterson AFB, Ohio. The anticipated award is firm fixed price - Best Value. Additional detail on the requirements can be found in the Statement of Work (attached). This is a combined synopsis/solicitation for commercial items and service prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation number is FA8601-12-T-0170 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, 18 May 2012. This acquisition is a 100% Total Small Business Set-Aside. The associated North American Industry Classification System (NAICS) code is 561730. Size standard $7,000,000.00. This RFQ has eight (8) line items: CLIN 0001 - Infield lip/interface removal and skinned infield edging CLIN 0002 - Install bill roll sports turf blend sod to infield edges and apron areas to re-define skinned infield CLIN 0003 - Remove all edgings and renovation of lips off site CLIN 0004 - Laser grade/level infield with auto-grade master machine controlled box grader CLIN 0005 - Processed skinned infield ball diamond mix. Cost includes deliver, placement on sports field and rough grading, Additional 48 ton CLIN 0006 - Install course sand and blend into field - 48 tons CLIN 0007 - Install 3 tons of Primera One (brand name or equal) infield conditioner to skinned infield CLIN 0008 - Mobilization of Equipment All work shall be performed in accordance with the Performance Work Statement (below) and Wage Determination 2005-2419, Revision 16, dated 06/19/2012, which is available upon email request to SSgt Eric Burton at Eric.Burton@wpafb.af.mil. All quotations must contain the following: - Complete price quote - Each CLIN identified above priced separately. If you are quoting an "or equal" item for CLIN 0007, you must include the product specifications. - Evidence of completed Representations and Certifications Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2011), 252.209-7998 Representation Regarding Conviction of Felony Criminal (Mar 2012), 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law(Jan 2012), 252.225-7035 Buy American Act-Free Trade Agreement-Balance of Payment Program Certificate (Dec 2010), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the quote must satisfy the technical requirements specified in the Performance Work Statement. Award will be made to the offeror whose quote provides the best value to the Government price and other factors considered. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (Jun 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The factors are listed below in the order of importance.] The evaluation factors for the fill-in portion of this provision will be: - Responsiveness to the terms and conditions of the solicitation - Price 52.212-3, Contractor Representations and Certifications (May 2011); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011) The clauses that are check marked as being applicable to this purchase are: - 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); - 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 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); - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil) The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply to this acquisition: 252.209-7998 Representation Regarding Conviction of Felony Criminal (Mar 2012); 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law(Jan 2012); 252.225-7035 Buy American Act-Free Trade Agreement-Balance of Payment Program Certificate (Dec 2010); The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Sep 2011): The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); - 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payment Program (Oct 2011); - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010); - 252.247-7023 Transportation of Supplies by Sea (May 2002) & Alternate III (May 2002) [end fill in for 252.212-7001]; 252.232-7010 Levies on Contract Payments (Dec 2006); The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Aug 2005). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] [end fill in for 5352.201-9201]. 5352.223-9001 Health and Safety on Government Installations (Jun 1997); 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007); The following local clause will be included in subsequent award. Full text version is available upon request: ASC/PKO G-001 WAWF Electronic Invoicing Instructions; ASC/PKO H-002 Delivery Procedures Commercial Vehicles (Jul 2005); ASC/PKO H-003 Procedures for Returning Government Issued Identification (Dec 2006); Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Quotations AND completed representations and certifications (if not available in ORCA), are due by 11:00 am on Monday, 6 August 2012, to: SSgt. Eric Burton, ASC/PKOB. E-mail: Eric.Burton@wpafb.af.mil Mailing Address: ATTN: SSgt. Eric Burton ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to SSgt Eric Burton at Eric.Burton@wpafb.af.mil or 937-522-4606. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-12-R-4368, Acquisition Financial Support Program (only an example). " Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. ATTACHMENTS: 1. Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0170/listing.html)
 
Place of Performance
Address: 1940 Allbrook Drive, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02810362-W 20120722/120720235433-b45b2ba566084419793db44a96d590fd (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.