SOLICITATION NOTICE
S -- Xeriscape Landscaping, DV & TLF Lodging Facilities - SCA Wage Determination
- Notice Date
- 8/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-12-TLFLandscaping
- Archive Date
- 9/13/2012
- Point of Contact
- Sherri L Richardson, Phone: 321-494-7121
- E-Mail Address
-
sherri.richardson@patrick.af.mil
(sherri.richardson@patrick.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Division 1 Specifications Statement of Work, Project No. SXHT 12-1076 Service Contract Act Wage Determination 2005-2117, Revision No. 13, Dated 06/13/2012 1. This notice is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This notice is being posted as a Request for Quotations for Purchase Request F3K3DD2199A001. This solicitation is 100% set-aside for Small Businesses. The NAICS code for the requirement is 561730. The size standard for this NAICS code is $7.0M. 2. CLIN 0001: $___________Provide all management, personnel, labor, materials, tools, equipment and other items necessary to furnish a complete Xeriscape landscaping project at the beachside temporary lodging facilities at Patrick AFB, Florida as specified in the Scope of Work, Landscape Plan and Land Management Specifications. CLIN 0002: $___________Provide all management, personnel, labor, materials, tools, equipment and other items necessary to furnish a complete Xeriscape landscaping project at the riverside temporary lodging facilities at Patrick AFB, Florida as specified in the Scope of Work, Landscape Plan and Land Management Specifications. TOTAL OF CLIN 0001 AND 0002: $___________________ 3. Offer/quote should include a technical description of the items and services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Performance period will be in accordance with the attached Statement of Work and Specifications. FOB point is Destination (Patrick AFB, FL 32925). 4. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56 and through Department of Defense Acquisition Regulation Change Notice 20120312. 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. 5. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation which will be most advantageous to the Government, price and other factors considered. 6. The provision at FAR 52.212-2 Evaluation--Commercial Items applies to this acquisition. The following shall be used to evaluate quotes: lowest price and technical acceptability. Responding contractors shall include descriptive literature with their response to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation. 7. The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. See FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 8. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition. 9. The clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. 10. The following FAR provisions and clauses are applicable to this solicitation: a. FAR 52.219-6 Notice of Total Small Business Set Aside b. FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote) c. FAR 52.222-3 Convict Labor d. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies e. FAR 52.222-21 Prohibition of Segregated Facilities f. FAR 52.222-26 Equal Opportunity g. FAR 52.222-36, Affirmative Action for Workers with Disabilities h. FAR 52.222-41 -- Service Contract Act of 1965, as Amended (See Attached Wage Determination 2005-2117, Revision 13, Dated 06/13/2012) i. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, This Statement is for Information Only: It is not a Wage Determination LABORER, GROUNDS MAINTENANCE WG-3 $13.45/hr TRACTOR OPERATOR WG-5 $15.70/hr SURVEYING TECHNICIAN GS-7 $17.70/hr j. FAR 52.222-50 Combating Trafficking in Persons k. FAR 52.223-18 Encouraging Contractor Policies to ban Text Messaging While Driving l. FAR 52.225-13 Restrictions on Certain Foreign Purchases m. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification n. FAR 52.252-1 Solicitation Provisions Incorporated by Reference o. FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil) p. FAR 52.252-6 Authorized Deviations in Clauses q. FAR 52.237-1 Site Visit r. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 11. The following DFARS provisions and clauses are applicable to this solicitation: a. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights b. DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials c. DFARS 252.204-7003 Control of Government Personnel Work Product d. DFARS 252.204-7004 Alternate A Required Central Contractor Registration e. DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony conviction under any federal law (Deviation 2012-O0004) f. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. The following applies: (1) Clause Para (a) (2) Clause Para (b) only the following clauses apply: DFARS 252.203-7000; DFARS 252.225-7001; DFARS 252.232.7003; (3) Clause Para (c) applies in its entirety g. DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials h. DFARS 252.246-7000, Material Inspection and Receiving Report 12. The following AFFARS clause is applicable to this solicitation: a. AFFARS 5352.201-9101 Ombudsman b. AFFARS 5352.242-9000, Contractor Access to Air Force Installations 13. The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. 14. Site Visit: Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent the information is reasonably attainable. A site visit has been tentatively planned for 14 AUGUST 2012 at 2:00 PM (local time) for a total of no more than 20 people. Interested parties must contact Sherri Richardson at sherri.richardson@us.af.mil BEFORE close of business on 8 AUGUST 2012 in order to be included on the site visit list, receive detailed instructions on site visit procedures and receive finalized site visit date and time. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 15. SUBMIT QUOTES ELECTRONICALLY. Quote shall include technical capability, price information, quote expiration date (minimum of 60 calendar date specified for receipt of offers), DUNS, Cage Code, representations and certifications, and other items to assure compliance with the terms and conditions specified within the statement of work. Responses to this solicitation SHALL be submitted electronically via email no later than 2:00 PM, Local Time on 29 AUGUST 2012 to 45conslgcaebids@patrick.af.mil. Late offers - Any offer, part of an offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered. 16. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ 17. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-TLFLandscaping/listing.html)
- Place of Performance
- Address: Riverside and Beachside Temporary Lodging and Distinguished Visitor Lodging Facilities, Patrick AFB, Florida, 32925-3238, United States
- Zip Code: 32925-3238
- Zip Code: 32925-3238
- Record
- SN02822743-W 20120803/120801235457-a43a2b181d9e3360e46ac8a8f8613f39 (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 |