Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
SOLICITATION NOTICE

S -- Basewide Tree Trimming on Vandenberg AFB CA - PWS dated 13 May 2015

Notice Date
8/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3D15142A001
 
Archive Date
9/12/2015
 
Point of Contact
Mary L. Avants, Phone: 8056062515, Lucille D. Ngiraswei, Phone: 8056050490
 
E-Mail Address
mary.avants@vandenberg.af.mil, lucille.ngiraswei@us.af.mil
(mary.avants@vandenberg.af.mil, lucille.ngiraswei@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SCA Wage Determination 2005-2064 Rev 17, 2015-0708 PWS dated 13 May 2015 This is a combined synopsis/solicitation for commercial items 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4D3D15142A001. Submit written offers IAW CLIN structure outlined in announcement. Quote template sheet will be provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 (effective 03 Aug 2015) and DFARS DPN 20150626 (effective 26 Jun 2015). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(b). North American Industrial Classification Standard (NAICS) 561730, Landscaping Services, and Size Standard of $7.5 million dollars apply to this procurement. Purchase Request #: F4D3D15142A001 Project Title : Basewide Tree Trimming 1. Quotes should conform to the CLIN structure as established in the attached RFQ Template, a quote sheet is provided and shall be used to provide quotes. 2. Quotes shall be valid through 30 Sep 2015. 3. Please see attached Performance Work Statement(PWS) for detailed description of requirements. 4. All questions or comments must be provided to the Contract Specialist (CS) Mary Avants, mary.avants@us.af.mil and Contracting Officer (CO) is Lucy Ngiraswei, lucille.ngiraswei@us.af.mil in writing via email NLT 19 Aug 2015. Answers will be posted 21 Aug 2015. Telephone and other means of oral communication will not be permitted. 5. Quotes must be submitted to Mary Avants, at email mary.avants@us.af.mil No Later Than 28 Aug 2015, 12:00 P.M. (PST). The contract will be Firm-Fixed Price with (FFP) and the CLIN is structure reflected below. The period of performance will be one year from the time of the award of the contract. Services, non-personal: Contractor to furnish all labor, tools, parts, materials, facilities, transportation and supervision necessary to perform FY15 Basewide Tree Trimming, in accordance with the Performance Work Statement PWS). CLIN 0001 - Tree Trimming/Removal per Map #101, 130 and 131 Qty: 300 HOURS Remove 4 Pine trees plus all Eucalyptus, Cyprus, Willow, Pine trees and Poison Oak (approx..26 acres + 3.67 acres) from within boundary depicted on maps CLIN 0002 - Tree Trimming/Removal per Map #103, 104 and 105 Qty: 475 HOURS Remove all Eucalyptus and Pine trees (approx. 31 trees) on Map 103, 4 Pine trees on Map 104, and all Eucalyptus and Pine trees (approx. 11.33 acres) from within the boundary depicted on Map 105. CLIN 0003 - Tree Trimming/Removal per Map #107, 108 109, and 117 Qty: 655 HOURS Remove all Eucalyptus and Pine trees along sidewalk on Map 107; remove all Eucalyptus and Pine trees (approx. 20 trees) on Map 108; remove all Pine trees (3 trees) on Map 109; and remove all Eucalyptus and Pine trees (approx. 4.78 acres) on Map 117. CLIN 0004 - Tree Trimming/Removal per Map #106, 110, 113, 114, 121, 122, 123, and 124 Qty: 685 HOURS Remove all Eucalyptus and Pine trees (approx. 48 acres) on Map 106; remove all Eucalyptus and Pine trees (approx..59 acres + 30 trees) on Map 110; remove all Eucalyptus (1 tree) on Map 113; remove all Eucalyptus (2 trees) on Map 114; remove all Eucalyptus and Pine trees (25 trees) on Map 121; remove all Pine trees 91 tree) on Map 122; remove all Eucalyptus and Pine trees (25 trees) on Map 123; remove all Oak trees (2 trees) from within the boundary depicted on Map 124. CLIN 0005 - Tree Trimming/Removal per Map #111, 112 and 127 Qty: 200 HOURS Remove one tree from within boundary of Map 111; Remove all Eucalyptus and Pine trees (4 trees) on Map 112; and all Eucalyptus and Pine trees (2 trees) from within the boundary depicted on Map 127. CLIN 0006 - Tree Trimming/Removal per Map #115 and 116 Qty: 475 HOURS Remove all Eucalyptus and Pine trees (1 tree) on Map 115 and all Eucalyptus and Pine trees (approx. 2.7 acres) from within the boundary depicted on Map 116. CLIN 0007 - Tree Trimming/Removal per Map #125 and 126 Qty: 390 HOURS Remove all Eucalyptus and Pine trees (approx..91 acres plus 1 tree) on Map 125; remove all Eucalyptus and Pine trees (approx. 3.48 acres) from within the boundary depicted on Map 126. CLIN 0008 - Tree Trimming/Removal per Map #118, 119, 120 and 132 Qty: 400 HOURS Remove all Pine trees (1 tree) from within boundary on Map 118; Remove all Eucalyptus and Pine trees (approx. 4.18 acres) on Map 119; remove all Eucalyptus and Pine trees (1 tree) on Map 120, and all Eucalyptus and Pine trees (approx. 2.9 acres) from within the boundary depicted on Map 132. CLIN 0009 - Tree Trimming/Removal per Map #102, 128 and 129 Qty: 485 HOURS Remove all Eucalyptus and Pine trees (approx..64 acres) on Map 102; remove all Eucalyptus and Pine trees (2 trees) on Map 128, and all Eucalyptus and Pine trees (approx. 12.6 acres +.44 acres + 1.77 acres) from within the boundary depicted on Map 129. CLIN 0010 - Stump Grinding/Removal Qty: 100 HOURS Stump Grinding/Removal CLIN 0011 - Herbicide Stump Qty: 150 HOURS Herbicide Stump The following clauses are incorporated by reference in the solicitation and the resulting contract: 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government-Alternate I 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-17 Nondisplacement of Qualified Workers 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Act of 1965 52.222-50 Combat Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.222-55 Minimum Wages Under Executive Order 13658 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance - Work on a Government Installation 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 52.237-2 Protection of Government Building, Equipment and Vegetation 52.242-13 Bankruptcy 52.242-15 Stop-Work Order 52.246-4 Inspection of Services 252.201-7000 Contracting Officer's Representative 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 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.223-7001 Hazard Warning Labels 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 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 252.243-7002 Requests for Equitable Adjustment The following clauses are incorporated by full text in the solicitation and the final award: 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.222-42 Statement of Equivalent Rates for Federal hires Fill-in information: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Laborer, Grounds Maintenance WG-3/Step 3 $15.74 $5.71 (36.25%) 52.252-2 Clauses Incorporated by Reference Fill-in information: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses Fill-in information: Department of Defense FAR Supplement (DFARS) (48 CFR 2) 252.203-7999 Prohibition on Contracting with Entities that Require Confidentiality Agreements (Deviation 2015-O0010) 252.232-7006 Wide Area Workflow Payment Instructions Fill-in information to be provided at award. 5352.201-9101 Ombudsman Fill-in information for paragraph c: AFICA/KS SCO, 150 Vandenberg Street, Peterson AFB, CO, 80914-1105 Commercial number 719-554- 5300, Fax number 719-554-5299, afica.ks.wf@us.af.mil 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in information for paragraph b:...the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award. 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 52.237-1 Site Visit 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.222-7007 Representation Regarding Combating Trafficking in Persons The following provisions apply to this solicitation and are incorporated by full text. This section will be physically removed from the final award. 52.212-2 Evaluation-Commercial Items Fill-in information for paragraph a: Lowest Price Technically Acceptable 52.212-3 Offeror's Representations and Certifications - Commercial Items 52.212-3 Alt I Offerors Representations and Certifications - Commercial Items - Alternate I 52.233-2 Service of Protest Fill in information for paragraph a: 30 CONS/LGCB Attn: Lucy Ngiraswei 1515 Iceland Ave Room 150 Vandenberg AFB, CA 93437 lucille.ngiraswei@us.af.mil 52.252-1 Solicitation Provisions Incorporated by Reference Fill-in information: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions Fill-in information: Department of Defense FAR Supplement (DFARS) (48 CFR 2) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation. (DEVIATION 2015-O0010) 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances 5352.215-9001 Notice of Pre-Bid/Pre-Proposal Conference (see full text below) (a) A pre-bid/pre-proposal conference will be conducted at the Visitors Center just outside the Main Gate off of HWY 1, Bldg. 17595 California Blvd, Vandenberg AFB, CA 93437 on Monday, 17 August 2015 at 10:00AM PST for the purpose of answering questions regarding this solicitation and a short site visit (approximately 1.5hrs). (b) Submit the names and driver's license number of all attendees to Mary Avants at mary.avants@us.af.mil before 10:00AM PST Thursday, 13 August 2015 (please cc: lucille.ngiraswei@us.af.mil). This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Offerors are requested to submit questions via email to both point of contacts noted above No Later Than 10:00AM PST Tuesday, 19 August 2015. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. (End Provision) All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in the SAM will make an offeror ineligible for contract award. All quotes should be valid through 30 September 2015. The Site Visit is optional, but is highly encouraged. Quotes must be sent to the attention of Mary Avants at mary.avants@us.af.mil and Lucy Ngiraswei at lucille.ngiraswei@us.af.mil No Later Than 10:00AM PST Friday, 28 August 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D15142A001/listing.html)
 
Place of Performance
Address: Vandenberg AFB, California, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN03826467-W 20150808/150806234921-2a71682d6d3e5d95426fb86bb6075256 (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.