Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2014 FBO #4600
SOLICITATION NOTICE

P -- Debris Removal/ APPROX. 7,900 TONS - Bid Schedule - DFARS Tax Clause - PWS - Wage Determination

Notice Date
6/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3Q2AD4162A001
 
Archive Date
8/2/2014
 
Point of Contact
christopher w. butler, Phone: 4783272888, Jimmy L. Ezzell, Phone: 478-926-5151
 
E-Mail Address
christopher.butler.2@us.af.mil, jimmy.ezzell.1@us.af.mil
(christopher.butler.2@us.af.mil, jimmy.ezzell.1@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Wage Determination PWS 1423 Debris Removal Appendix C Tax Clause Bid Schedule FBO Notice This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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 acquisition is 100% set aside for SDVOSB. The purpose of this work is to remove and dispose an estimated 7,900 tons of concrete/brick and rebar, asphalt, metal pipe, wood power poles, dirt/sand and landscape debris by loading and hauling to a State of Georgia approved solid waste landfill. Contractor shall remove all visible debris from the piles in the lay down yard on Robins Air Force Base, Ga. Contractor shall weigh each load leaving the lay down yard at a State of Georgia certified scale. When all debris has been removed the contractor will grade and level the area. The lay down yard is located at the corner of South Macon St. and Marchbanks Dr. Only electronic submissions will be accepted and no extensions will be granted. All respondents must be registered in the Central Contractor Registration (CCR), ORCA, and have a valid DUNS number, Cage Code, and Tax Identification Number. Peroid of Performance: The project shall not exceed 60 days from time of contract award. PR: F3Q2AD4162A001 NAICS: 562119 Size Standard: $3,500,000.00 * Attachment 1 : Performance Work Statement dtd 24 Apr 14 *Attachment 2: Appendix C (safety information) *Attachmnet 3: DD1423 *Attachment 4: SCA Wage Determination *Attachment 5: DFARS Tax Liability Provison *Attachment 6: Bid Schedule This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-43 dated 02 Aug 2010. The following clauses are applicable to subject notice: 52.212-1 - Instructions to Offerors - Commercial (full text); 52.212-2 - Evaluation - Commercial Items (full text) - The evaluation factors shall be: Price and Price related factors and adherance to the requirements of this solicitation. 52.212-3 - Offeror Representations and Certifications - Commercial Items (full text). The rule is effective January 1, 2005. This final rule requires offerors to provide representations and certifications electronically via the BPN website; to update the representations and certifications as necessary, but at least annually, to keep them current, accurate and complete. The website is as follows: http://www.bpn.gov ; 52.212-4 - Contract Terms and Conditions - Commercial Items (incorporated by reference); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (full text). 52.222-26 - Equal Opportunity 52.222-42 Equivalent Rates - Fill-in Laborer WG-3502-8 52.223-5 - Pollution Prevention and Right-to-Know Information 52.232-33 - Payment by Electronic Funds Transfer 52.233-3 - Protest After Award 52.222-41- Service Contract Act 52.247-34 - F.o.b. Destination 52.252-2 - Clauses Incorporated by Reference. The full text of a clause may be accessed electronically at this/these address(es): Regulations URLS: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/far/farltoc/htm http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm 252.204-7004 - Required Central Contractor Registration 252.212-7001-- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7010-- Levies on Contract Payments 252.232-7006 Wide Area Workflow- Receipt and Acceptance (WAWF-RA) IAW 252.232-7003 NOTE: SITE VISIT TO BE HELD ON 9 JUL 2014 AT 9:00. ATTENDANCE IS HIGHLY ENCOURAGED. IF YOU PLAN TO ATTEND THE SITE VISIT PLEASE CONTACT CHRISTOPHER BUTLER AT CHRISTOPHER.BUTLER.2@US.AF.MIL PHONE 478-327-2888 SO AN ACCURATE COUNT CAN BE ESTIMATED FOR TRANSPORTATION ARRANGEMENT. SITE VISIT ATTENDEES WILL MEET AT THE MUSEUM OF AVIATION MAIN PARKING LOT (NEAR THE STATIS DISPLAY) ON HWY 247 IMMEDIATELY SOUTH OF ROBINS AFB GA. The Government reserves the right to award without discussions. Offerors must submit a completed bid schedule and completed DFARS Provision with their quotation. Quotes are due NLT 4:00 EST on 18 Jul 2014. Please email quotes to Christopher.Butler.2@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3Q2AD4162A001/listing.html)
 
Place of Performance
Address: Robins AFB GA, WARNER ROBINS, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN03409414-W 20140629/140627235316-218dfbf1e6c5a105359d603c3312fa67 (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.