SOLICITATION NOTICE
F -- Poinsette Range Timber Sale - Statement of Work
- Notice Date
- 11/28/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 113310
— Logging
- Contracting Office
- Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Bldg 216, Shaw AFB, South Carolina, 29152, United States
- ZIP Code
- 29152
- Solicitation Number
- FA4803-17-Q-B005
- Archive Date
- 12/23/2016
- Point of Contact
- Michael D. McDowell Jr., Phone: 8038955354, Katy L. Craig, Phone: 803-895-9421
- E-Mail Address
-
michael.mcdowell.9@us.af.mil, katy.craig@us.af.mil
(michael.mcdowell.9@us.af.mil, katy.craig@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work COMBINED SYNOPSIS/SOLICITATION RFQ FOR POINSETT TIMBER SALE General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: FA4803-17-Q-B005 Posted Date: 11/28/ 2016 [CKLTUA2C1] Site Visit Dates: 12/02/2016 at 9:00 AM EST and 12/05/2016 at 9:00 AM EST Deadline for Questions: 12/06/2016 at 12:00 PM EST Original Response Date: 12/08/2016 at 2:00 PM EST Current Response Date: 12/08/2016 at 2:00 PM EST Classification Code: NAICS Code: F014 113310 Contracting Office Address 20th Contracting Squadron 321 Cullen Street Shaw AFB, SC 29152 Place of Contract Performance Shaw AFB (Poinsett Range) 4001 HWY 261 S Wedgefield, SC 2168 Description This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20 05-92; DEFENSE FAR SUPPLEMENT (DFARS) Publication Notice (DPN) 20161104, and Air Force Acquisition Circular (AFAC) 2016-0603. The associated North American Industrial Classification System (NAICS) code for this procurement is 113310, with a small business size standard of 500 EMP. The 20th Civil Engineering Squadron, located in Sumter, SC, is seeking to procure Timber Harvest and subsequent sale in accordance with the attached Statement of Work (SOW). All interested companies shall provide quotations for the following: Timber Harvest for Poinsett Range [CKLTUA2C2] Line Item Description Qty Unit Period of Performance Price CLIN 0001 Fuel Chip wood. DBH <4.5inches. RCW habitats within sale area. Not required Desired Basal Area for Area 1 is 60ft2/acre. Desired Basal Area for Area 2 is 40ft2/acre. Desired Basal Area for Area 3 is 90ft2/acre. undetermined 1200 Gross Tons Area 2 must be harvested between January 15th and January 30th, 2017. Area 1 & 3 must be complete by March 31st 2017. CLIN 0002 Pine) Pulpwood (All Areas). DBH between 5-10 inches. RCW habitats within sale area. Desired Basal Area for Area 1 is 60ft2/acre. Desired Basal Area for Area 2 is 40ft2/acre. Desired Basal Area for Area 3 is 90ft2/acre. 5160 Gross Tons Area 2 must be harvested between January 15th and January 30th, 2017. Area 1 & 3 must be complete by March 31st 2017. CLIN 0003 (Pine) Chip-Saw DBH between 7.5-11.5 inches. RCW habitats within sale area. Desired Basal Area for Area 1 is 60ft2/acre. Desired Basal Area for Area 2 is 40ft2/acre. Desired Basal Area for Area 3 is 90ft2/acre. 3040 Gross Tons Area 2 must be harvested between January 15th and January 30th, 2017. Area 1 & 3 must be complete by March 31st 2017. CLIN 0004 (Pine) Sawtimber DBH 11.5 inch and higher. RCW habitats within sale area. Desired Basal Area for Area 1 is 60ft2/acre. Desired Basal Area for Area 2 is 40ft2/acre. Desired Basal Area for Area 3 is 90ft2/acre. OR (Pine)Blended Sawtimber DBH of >10. RCW habitats within sale area. Desired Basal Area for Area 1 is 60ft2/acre. Desired Basal Area for Area 2 is 40ft2/acre. Desired Basal Area for Area 3 is 90ft2/acre. 1790 OR 4430 Gross Tons Area 2 must be harvested between January 15th and January 30th, 2017. Area 1 & 3 must be complete by March 31st 2017. CLIN 0005 Hardwood Pulpwood DBH between 4.5 and 7 inches. No hardwoods larger than 7 inches shall be removed from the harvest. RCW habitats within sale area. Desired Basal Area for Area 1 is 60ft2/acre. Desired Basal Area for Area 2 is 40ft2/acre. Desired Basal Area for Area 3 is 90ft2/acre. 480 Gross Tons Area 2 must be harvested between January 15th and January 30th, 2017. Area 1 & 3 must be complete by March 31st 2017. CLIN 0006 Poles. RCW habitats within sale area. Removal of all marked timber in area. RCW habitats within sale area. Desired Basal Area for Area 1 is 60ft2/acre. Desired Basal Area for Area 2 is 40ft2/acre. Desired Basal Area for Area 3 is 90ft2/acre. 65 Gross Tons Area 2 must be harvested between January 15th and January 30th, 2017. Area 1 & 3 must be complete by March 31st 2017. *** The Contractor shall have completed harvesting operations and removed all designated timber from the Area 2 by January 30th 2017 and by March 31st 2017 for Areas 1 & 3. ***Period of Performance dates will be adjusted as necessary in the event of inclement weather. ***Please reference the attached SOW for a detailed description of the scope of work for these services. Place of Contract Performance Shaw AFB (Poinsett Range) 4001 HWY 261 S Wedgefield, SC 2168 Country: UNITED STATES All timely received quotations shall be evaluated in accordance with FAR Clause 52.212-2 - Evaluation-Commercial Items: Price. The Government intends to make an award to the quoter with price most advantageous to the government. The full text of FAR provisions or clauses may be accessed electronically at http://farsite.hill.af.mil. NOTE: When applicable, the following provision and clauses have been tailored to change the terminology in the original clause as follows: The term Quoters shall be used in place of Offerors. The term quotation(s) shall be used in place of offer(s). All other terms and conditions remain the same, unless otherwise tailored as specified below. The following solicitation provisions apply to this acquisition: FAR 52.204-7 System for Award Management. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Protecting the FAR 52.204-13 System for Award Management Maintenance FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Quoters shall submit a completed copy of this provision along with their quotation. FAR 52.212-1 Instructions to Offerors- Commercial Items. FAR 52.212-3 Offerors Representations and Certifications-Commercial Items with Alternate I. Quoters shall submit a completed copy of this provision along with their quotation. Quoters must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, "Offerors Representations 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 Statuses or Executive Orders FAR 52.212-5 (Deviation) Class Deviation - 2009-O0005 - Contract Terms and Conditions Required to Implement Statuses or Executive Orders Commercial Items (MAY 2011) FAR 52.219-1 Small Business Program Representation with its Alternate I. Quoters shall submit a completed copy of this provision along with their quotation. NOTE: The North American Industry Classification System (NAICS) code for this acquisition is 711130. The small business size standard is $11,000,000.00. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports. Quoters shall submit a completed copy of this provision along with their quotation. FAR 52.222-25 Affirmative Action Compliance. Quoters shall submit a completed copy of this provision along with their quotation. FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-40 Notification of Employee Rights Under The National Labor Relations Act FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-18 Place of Manufacture FAR 52.232-11 Extras FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-5 Payment by Contractor to Government FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) FAR 52.252-2 Clauses Incorporated by Reference FAR 52.253-1 Computer Generated Forms DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product. Alternate A, System for Award Management DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DAFRS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications   Incorporated by Full Text 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Technical and past performance, when combined, are __________ [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.] (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.251-1 -- Government Supply Sources. As prescribed in 51.107, insert the following clause: Government Supply Sources (Apr 2012) The Contracting Officer may issue the Contractor an authorization to use Government supply sources in the performance of this contract. Title to all property acquired by the Contractor under such an authorization shall vest in the Government unless otherwise specified in the contract. The provisions of the clause at FAR 52.245-1, Government Property, apply to all property acquired under such authorization. (End of Clause) 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (JUN 2016) (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, [Lt Col Aaron D. Judge, 129 Thompson St., Bldg 586, Rm 129, Comm: 757-764-5372, aaron.judge@us.af.mil]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC 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) http://farsite.hill.af.mil/vfaffara.htm All quoters shall submit 1 (one) copy of their price quote. All quotations shall be sent to the contract specialist via e-mail: 2Lt Michael McDowell michael.mcdowell.9@us.af.mil and TSgt Katy Craig Katy.craig@us.af.mil This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" NOTE: Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than December 08, 2016 at 2:00pm Eastern Standard Time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on e-mail. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail to the contract specialist: 2Lt Michael McDowell michael.mcdowell.9@us.af.mil and TSgt Katy Craig Katy.craig@us.af.mil [CKLTUA2C1] Add site visit dates below. [CKLTUA2C2] Add the qty and POP from the SOW as well as a column for pricing
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-17-Q-B005/listing.html)
- Place of Performance
- Address: Shaw AFB (Poinsett Range), 4001 HWY 261 S, Wedgefield, SC 2168, Sumter, South Carolina, 29152, United States
- Zip Code: 29152
- Zip Code: 29152
- Record
- SN04336747-W 20161130/161128233856-98256ddc5bfcaba00bfcc85b6bc688b7 (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 |