SOLICITATION NOTICE
87 -- B. Everett Jordan Spillway Reforestation, B.E. Jordan Dam, Moncure, NC 27559
- Notice Date
- 6/24/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM-14-T-0036
- Response Due
- 7/22/2014
- Archive Date
- 8/23/2014
- Point of Contact
- Howard Drexler, 910-251-4785
- E-Mail Address
-
USACE District, Wilmington
(howard.g.drexler@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 being requested and a written solicitation will not be issued. 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 being requested and a written solicitation will not be issued. This notice is being posted as an avenue to provide Request for Quotes, W912PM-14-T-0036. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is W912PM-14-T-0036, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 115310 with a small business size standard of $7,000, 000 dollars. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-74 effective 30 May 2014. Description of Requirement: The Wilmington District of the US Army Corps of Engineers requests the procurement to reforest the 2 recently harvested stands with 10 acres of mixed hardwood and 68 acres with containerized longleaf pines and ensure their success by preparing the sites and controlling competing vegetation prior to and following planting. The contractor shall reforest two stands totaling 78 acres with 800 trees per acre. Time Line is as follows: A. February 1, 2015 to March 31, 2015: 1. Amend the soil and plant hardwoods. (The soil may be amended prior to February 1, 2015) B. March 31, 2015 through May 2015: 1. Herbicide the competitive vegetation on both stands using a selective herbicide that will not harm the hardwoods. Contractor personnel shall not herbicide until the vegetation reaches 4 quote mark in height. C. June 1, 2015 to September 15, 2015: 1. Herbicide the invasive Serecia Lespedeza in late June or early July in the longleaf stand. (greater than 90% success rate is expected with Remedy and Ally herbicides) 2. Herbicide any competitive vegetation remaining in the rows of hardwoods or on the longleaf stand early in September. D. November 1, 2015 to December 31, 2015: 1. Amend the soil and plant longleaf pines. Planting is to be done by year end 2015. (The soil may be amended prior to November 1, 2015) E. March 2016: 1. Pre-emergent herbicide is applied to the 68 acre longleaf stand when ground reaches 55 degrees for a period of 5 days (Typically mid March as the forsythias bloom). U.S. Army Corps of Engineers, Wilmington District B.E. Jordan Dam, Moncure, NC 27559 To view the Statement of Work and additional documents for this requirement: Scroll toward the bottom of this solicitation click the quote mark Additional documentation quote mark link below the Additional Information Heading Open ALL the attached pdf documents This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offerors--Commercial Items 52.212-3, Offeror Representations and Certifications--Commercial Items (complete and return with quote unless already completed at www.sam.gov) 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 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 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-2, Buy American Act Certificate 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes -- Fixed-Price 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.252-6 Authorized Deviations In Clauses 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management, Alternate A 252.204-7006, Billing Instructions 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American And Balance of Payments Program 252.225-7002, Qualifying Country Sources As Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 252.225-7021, Trade Agreements 252.225-7036, Buy American-Free Trade Agreements - Balance of Payments 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing of Contract Modifications 252.247-7023 Alt II, Transportation of Supplies by Sea, Alternate III Evaluation Factors: Award will be made to the lowest priced, technically acceptable quote that meets the specifications. Wage Determiniation WD 05-2397 (Rev.-14) was first posted on www.wdol.gov on 06/25/2013 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2397 Diane C. Koplewski Division of | Revision No.: 14 Director Wage Determinations| Date Of Revision: 06/19/2013 _______________________________________|____________________________________________ State: North Carolina Area: North Carolina Counties of Alamance, Caswell, Chatham, Davidson, Davie, Forsyth, Guilford, Montgomery, Randolph, Rockingham, Stokes, Surry, Yadkin ____________________________________________________________________________________ PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NOT LATER THAN 10:00 AM, EASTERN DAYLIGHT TIME, 22 July 2014. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted through the US Mail, courier service, or hand-delivered to the attention of the Contract Specialist, Howard Drexler at 910-251-4785 The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The government reserves the right to cancel this solicitation. This announcement and written request for quote constitutes the only Request for Quote that will be made for this requirement. Electronic Quotes are now being accepted via email; howard.g.drexler@usace.army.mil. Contracting Office Address: USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343 Place of Performance: U.S. Army Corps of Engineers, Wilmington District B.E. Jordan Dam, Moncure, NC 27559 Point of Contact(s): Howard Drexler, 910-251-4785 or Bruce Helms 910-251-4580
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0ea2e6dec7cf260b4f88e4d5ddea3f52)
- Place of Performance
- Address: USACE District, Wilmington B.E. Jordan Dam Moncure NC
- Zip Code: 27559
- Zip Code: 27559
- Record
- SN03404442-W 20140626/140625022033-0ea2e6dec7cf260b4f88e4d5ddea3f52 (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 |