Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
SOLICITATION NOTICE

F -- Timber Obstruction Removal - PWS - Request for Quotation

Notice Date
8/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
113310 — Logging
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E22185A001
 
Archive Date
9/29/2012
 
Point of Contact
Alex Cahail, Phone: 8439634479
 
E-Mail Address
alex.cahail@us.af.mil
(alex.cahail@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quotation Performance Work Statement COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E22185A001 and is being issued as a Request for Quote (RFQ). Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation/RFP either before or after the bid opening/RFP closing date. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 113310 with a 500 employee size standard. (v) Contractors shall submit a quote for tree obstruction removal in accordance with attached performance work statement. A site visit will be conducted on 05 September 2012 at 0900. All contractors shall arrive at the Dorchester Road Gate to the Air Base 15 minutes prior to 0900. You are required to notify Amn Alex Cahail (alex.cahail@us.af.mil or 843-963-4479) of your intent to attend the site visit no later than 1300hrs EST 03 September 2012. All responsible sources may submit a quotation (in accordance with attached request for quotation), which shall be considered. (vi) Tree Obstruction Removal (in accordance with attached performance work statement and request for quotation) on Joint Base Charleston - Air, South Carolina. (vii) Work must must begin within 60 calendar days of award and be completed within one calendar year of award. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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 in order of importance: 1. Past Performance 2. Price. Past performance is significantly more important than price. *If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent and relevant projects. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The following Clauses are incorporated by reference: • FAR 52.204-99 (Deviation), System for Award Management Registration • 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 (May 2009) (Deviation) • FAR 52.222-21, Prohibition of Segregated Facilities • FAR 52.222-26, Equal Opportunity • FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-37, Employment Reports On Disabled Veterans and Veterans Of the Vietnam Era • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration • FAR 52.232-99, Providing Prompt Payment to Small Business Subcontractors (xi) The following additional clauses are applicable to this procurement. • FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 75-0208 (Rev -38) • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 08130 Forestry Equipment Operator WG-6 $16.84 + 36.25% Fringes • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification. • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman; If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Mr. Greg O'Neal, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: gregory.oneal@us.af.mil]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.:. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 14 September 2012 no later than 2:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E22185A001. (xv) Address questions to Amn Alex Cahail,Contract Specialist, at (843) 963-4479, fax (843) 963-5183, email alex.cahail@charleston.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E22185A001/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Air, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02862144-W 20120901/120831000248-ba49797a65fe3958b7c7eedcd51bbf71 (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.