SOLICITATION NOTICE
S -- Tree Trimming and Removal - Statement of Work
- Notice Date
- 8/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T0AP2199A001
- Archive Date
- 9/25/2012
- Point of Contact
- Jason Frazee, Phone: 8508820274, Todd Barlow, Phone: 850-882-0193
- E-Mail Address
-
jason.frazee.1@us.af.mil, todd.barlow@eglin.af.mil
(jason.frazee.1@us.af.mil, todd.barlow@eglin.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW for treee trimming and removal The AFTC Installation Contracting Division, Eglin AFB, Florida intends to solicit, negotiate and award a firm-fixed price contract for Tree Trimming and Removal at Bldg 1378. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The announcement number is F1T0AP2199A001. This is a full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 561730 with a small business standard size of $7M. Please identify your business size in your response based upon this standard. The item is to be delivered FOB Destination to 53 WG/36EWS, 203 W. D Ave, Bldg 351, Ste 205, Eglin AFB, FL 32542. Provide estimated delivery ARO. Pricing should include shipping, delivery, and set up. This item must be delivered to: Place of Performance will be 33 FW at Bldg 1378, EGLIN AFB, FL 32542. The Period of Performance will be for 30 days. The SOW (Statement of Work) for tre trimming and removal are included in the attached document. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The following clauses/provisions are applicable: 52.203-16, Preventing Personal Conflicts of Interest; FAR 52.204-7, Central Contractor Registration; 52.204-9, Access to Facilities; 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; 52.212-2, Evaluation-Commercial Items: Evaluation will be based on the following factors: Lowest Price Technically Acceptable: Technical acceptability will be evaluated based on whether the item offered satisfies all requirements contained in the requirements document. 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers or certification that these have been completed online via Online Representations and Certifications Application [ORCA] at https://orca.bpn.gov); 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; FAR 52.212-5 DEVIATION, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Commercial Items/Using SPS) incorporating the following: - 52.203-6, Restrictions on Subcontractor Sales to Government with Alt 1; - 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards - 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; - 52.219-28, Post-Award Small Business Program Rerepresentation; - 52.222-3, Convict Labor; - 52.222-19, Child Labor - Cooperation With Authorities and Remedies; - 52.222-21, Prohibition of Segregated Facilities; - 52.222-26, Equal Opportunity; - 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; - 52.222-36, Affirmative Action for Workers With Disabilities; - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; - 52.225-13, Restriction on Certain Foreign Purchases; - 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.223-11 Ozone-Depleting Substances; 52.247-34 FOB Destination; 52.252-1 Provisions Incorporated by Reference & 52.252-2 Clauses Incorporated by Reference (this contract will incorporate one or more provisions/clauses by reference, with the same force and effect as if they were given in full text. The full text of a provision/clause may be accessed electronically at this website: http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; DFARS 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, Central Contractor Registration; 252.209-7999, Class Deviation 2012-O0004-Prohibition Against Contracting With Corporations That Have An Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law; 252.211-7003 Item Identification and Validation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating the following: -52.203-3, Gratuities; -252.225-7001, Buy American Act and Balance of Payments Program; - 252.225-7012, Preference for Certain Domestic Commodities; - 252.225-7014, Preferences for Domestic Specialty Metals; - 252.225-7016, Restrictions of Acquisition of Ball and Roller Bearings; - 252.226-7001, Utilization of Indian Organizations, Indian Owned Economic Enterprises and Native Hawaiian Small Business Concerns; - 252.232-7003, Electronic Submission of Payment Requests; - 252.243-7002, Request for Equitable Adjustment; - 252.247-7023, Transportation of Supplies by Sea, with Alt III; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; 252.246-7000, Material Inpection and Receiving Report; AFFARS 5352.201-9101, Ombudsman; 5352.242-9000, Contractor Access to Air Force Instillations; Local Clause H-850, Wide Area Work Flow. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. Optional for contractors, but there will be a site visit on the 5th Sept at 1300, please e-mail jason.frazee@us.af.mil if you plan on attending by the 4th Sept at 1300. All responses must be received no later than 1:00 P.M., CENTRAL TIME ON 10 Sept 2012. Please include a period of performance in yo9ur quotes. A determination for award is six days after the due date. Send a quote by email to jason.frazee.1@us.af.mil. For questions, contact the contract administrator, Jason Frazee at (850) 882-0274.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0AP2199A001/listing.html)
- Place of Performance
- Address: Eglin AFB, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN02862732-W 20120901/120831001016-0cd4b0651a7def8d94fe5844dc801883 (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 |