SOLICITATION NOTICE
F -- Timber Sales Avon Park AFR - Wage Determination - PWS - RFQ Response Sheet
- Notice Date
- 11/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 113110
— Timber Tract Operations
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- F2V30302015AP01
- Archive Date
- 1/2/2015
- Point of Contact
- CHRISTOPHER D. TUCK, Phone: 863-452-4175
- E-Mail Address
-
christopher.tuck.3@us.af.mil
(christopher.tuck.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Quote Response Sheet Performance Work Statement Wage Determination THIS IS A REVENUE-GENERATING CONTRACT. PAYMENTS SHALL BE MADE BY THE CONTRACTOR TO THE GOVERNMENT. Offers are due no later than 18 December 2014 at 10:00 AM EST. Submit attached RFQ Response Sheet, representations and certification, and past performance references to the attention of Mr. Christopher Tuck, 6th Contracting Squadron, via fax 863-452-4160, or preferably by email to christopher.tuck.3@us.af.mil It is the sole responsibility of the offeror to ensure the government has received the offeror's quote and past performance references within the mandated time and via an acceptable submittal venue. This 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 included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is F2V30302015AP01. The 6th Contracting Squadron, MacDill AFB, Florida, requires harvesting and removal of pine timber at Avon Park Air Force Range (AFR), Avon Park, FL. Timber to be cut and removed under this contract consists of approximately 20,000 tons with an ESTIMATED product breakdown of 17,500 tons of pulpwood/mulch wood and 2,500 tons of chip-n-saw logs. The Air Force does not guarantee quantities or product amounts. Performance Work Statement (PWS) dated 17 November 2014 is at Attachment 1 (8 pgs). Past Performance References shall include three (3) recent (within 3 years prior to issuance of this solicitation) and relevant references (federal, state or local government or private industry for the prime contractor, and significant subcontractors). Relevant information submitted must relate to Timber Harvesting/Logging, as identified in the attached PWS. Past Performance references must be provided no later than the time and date quotes are due. This is a revenue-generating contract. Payments shall be made by the contractor to the Government.* Performance period: 365 days. The North American Industry Classification System code (NAICS) is 113310, Logging. The small business sized standard for NAICS 113310 is 500 or less employees. The Standard Industrial Classification (SIC) is 2411. Wages applicable to logging operations are covered under Department of Labor Wage Determination WD 1974-1311 (Rev No. 41) dated 08/15/2014, Attachment 2 (3 pgs) located at http://www.wdol.gov/Index.aspx A firm fixed price sales contract will be awarded. BASIS FOR AWARD: Award will be made to the highest priced offeror that complies with the terms of the solicitation and submits three satisfactory or higher past performance on recent and relevant requirements. DELIVERY ADDRESS: This work will be accomplished on Avon Park Air Force Range, Avon Park, FL 33825. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: - FAR 52.204-7, System for Award Management - FAR 52.204-13, System for Award Management - FAR 52.212-3, Offeror Representation and Certifications--Commercial Items - 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 Within FAR 52.212-5, the following provisions and clauses are incorporated by text: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-3, Alternate I (Mar 2012), Buy American Act--Free Trade Agreements FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management - FAR 52.222-41, Service Contract Act (Non-exempt Services over $2,500) - FAR 52.252-2, Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials - DFARS 252.204-7003, Control of Government Personnel Work Product - DFARS 252.204-7004 Alt A, System for Award Management Alternate A - DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law is required - DFARS 252.225-7001, Buy American Act and Balance of Payment Program - DFARS 252.225-7002, Qualifying Country Sources as Subcontractors - DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program - DFARS 252.232-7003, Electronic Submission of Payment Requests - DFARS 252.232-7010, Levies on Contract Payments - DFARS 252.243-7001 Pricing of Contract Modifications - DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS, Health and Safety on Government Installations (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) AFFARS, 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) AFFARS 5352.201-9101, Ombudsman (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFISRA ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) FAR 52.237-1, Site Visit: A site visit will be held at 0900 am EST on 4 December 2014. Offerors are highly encouraged 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 that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. To reserve a seat for the site visit of the cutting area, please provide a list of attendees via phone to Mr. Tom Meade at (863) 452-4167 or email thomas.meade@us.af.mil Also your quote must list your DUNS number, CAGE code, System for Award Management (SAM) expiration date, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov/portal/public/SAM. Lack of registration in the System for Award Management (SAM) database will make an offeror ineligible for award. Online representations and certifications must be completed prior to award at https://www.sam.gov/portal/public/SAM DEADLINE: Offers are due no later than 18 December 2014 at 10:00 AM EST. Submit RFQ Response Sheet, representations and certification, and past performance references to the attention of Mr. Christopher Tuck, 6th Contracting Squadron, via fax 863-452-4160, or preferably by email to christopher.tuck.3@us.af.mil It is the sole responsibility of the offeror to ensure the government has received the offeror's quote and past performance references within the mandated time and via an acceptable submittal venue.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V30302015AP01/listing.html)
- Place of Performance
- Address: OL A, DET. 1, 23 FG/CEIE, 29 SOUTH BLVD, AVON PARK, Florida, 33825, United States
- Zip Code: 33825
- Zip Code: 33825
- Record
- SN03576208-W 20141120/141118234930-1db1fe3127d50c3d0efe90d6db8743a2 (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 |