Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
SOLICITATION NOTICE

S -- BPA TREE TRIMMING & REMOVAL - Wage Determination - RFQ Template - Multi-functional Team (MFT) Roster - Price List - Performance Work Statement (PWS)

Notice Date
9/6/2018
 
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
BPA_TREE_TRIMMING_REMOVAL
 
Archive Date
10/4/2018
 
Point of Contact
John E. Cruz, Phone: 8056050434, Kari D. Hughes, Phone: 8056064469
 
E-Mail Address
john.cruz.16@us.af.mil, kari.hughes.2@us.af.mil
(john.cruz.16@us.af.mil, kari.hughes.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS for VAFB Tree BPA Price List for VAFB Tree BPA MFT for VAFB for Tree BPA RFQ Template for VAFB Tree BPA WD for VAFB Tree BPA 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)# BPA_TREE_TRIMMING_&_REMOVAL. 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) 2005-100 and DFARS DPN 20180824. North American Industrial Classification Standard (NAICS) 561730 and Size Standard of $7.5M apply to this procurement. *Please note in accordance with FAR 13.303-2(c)(1), the Government intends to establish BPAs with more than one (1) supplier to provide maximum practicable competition. Purchases against the awarded BPAs may be competed and/or rotated among the awardees. Project Number: FA461018T0010 Project Title: Blanket Purchase Agreement (BPA) for Tree Trimming & Removal Services *Please see the attached document, "Material Specifications.doc" for details/specifications for each item. 1. Please review the Terms & Conditions document that is applicable to this BPA. 2. Please see attachments for Statement of Work and Material Specifications of required products. 3. Period of Performance: 5 years total, start date to be determined upon award of BPA. 4. Price list shall include all products listed in the Material Specifications document posted with this solicitation. You may complete and submit the Material Specifications document as your price list. Alternatively, you may elect to provide a price list of the required items and additional items your business can offer the Government in a format of your choice as long as item descriptions, unit prices and units of issue are clearly identified. 5. Any additional fees/charges shall be listed on the price list (stand-by fee, environmental fee, etc). 6. Price list shall be valid a minimum of 6 months, optimally for 1 year. 7. All questions or comments must be provided to the Contract Specialist in writing; telephone and other means of oral communication will not be permitted. The Contract Specialist is John E. Cruz, john.cruz.286@us.af.mil the Contracting Officer is Kari D. Hughes, kari.hughes.2@us.af.mil. The blanket purchase agreement will be Firm Fixed Price with the following general structure. Each item on attached specifications document must be separately priced. Offerors are requested to also provide the unit of issue the item is customarily sold in for each item (i.e. each, pounds, cubic feet, ton, etc.) CLIN 0001 Maintenance/Spot Pruning CLIN 0002 Small Tree Removal w/out herbicide treatment CLIN 0003 Medium Tree Removal w/out herbicide treatment CLIN 0004 Large Tree Removal w/out herbicide treatment CLIN 0005 Medium Tree Removal w/ herbicide treatment CLIN 0006 Large Tree Removal w/ herbicide treatment CLIN 0007 Small Stump Grinding CLIN 0008 Medium Stump Grinding CLIN 0009 Large Stump Grinding CLIN 0010 Emergency Service Calls Estimated annual use of materials by Vandenberg AFB, CA: The estimated quantities set forth herein are stated for the information of the perspective contractor. The actual quantities ordered may be more or less than the estimated quantities. The Contractor shall be paid for the actual quantities ordered and accepted by the Government. CLIN 0001 Maintenance/Spot Pruning 1010 Hrs CLIN 0002 Small Tree Removal w/out herbicide treatment 45 Ea CLIN 0003 Medium Tree Removal w/out herbicide treatment 47 Ea CLIN 0004 Large Tree Removal w/out herbicide treatment 117 Ea CLIN 0005 Medium Tree Removal w/ herbicide treatment 20 Ea CLIN 0006 Large Tree Removal w/ herbicide treatment 75 Ea CLIN 0007 Small Stump Grinding 5 Ea CLIN 0008 Medium Stump Grinding 10 Ea CLIN 0009 Large Stump Grinding 20 Ea CLIN 0010 Emergency Service Calls 5 Ea The following Clauses apply to this award: The following clauses are incorporated by reference in the final award: 20.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreement or Statements 52.204-7 System for Award Management 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 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydroflurocarbons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 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 52.242-15 Stop-Work Order 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 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 and Receiving Reports 252.232-7010 Levies on Contracdt Payments 252.244-7000 Subcontracts for Commercial Items The following clauses are incorporated by full text in the final award: 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (xi): N/A (A) N/A (B) 52.222-42 Statement of Equivalent Rates for Federal Hires Fill-in Text: Employee Class GS/WG Equivalent Monetary Wage Fringe Benefit WG-3 $15.62 5.66% 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses (b) Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) 252.232-7006 Wide Area Workflow Instructions 252.232-7007 Limitation of Government's Obligation (APR 2014) (LOGO Clause) 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations (b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories (c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.211-6 Brand Name or Equal 52.212-1 Instruction to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): Lowest Price Technically Acceptable (LPTA) 52.212-3, Alt I Reps & Certs 52.252-1 Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 5352.215-9001 Notice of Pre-Bid / Pre-Proposal Conference All potential offerors are reminded that compliance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration, and Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7004 Alternate A, Central Contractor Registration, is mandatory. Registration is accomplished via the System for Award Management (SAM) at www.sam.gov. Lack of registration in the SAM will make an offeror ineligible for award of this blanket purchase agreement. All price lists should be good for a minimum of 6 months from date of submission and must be sent to John E. cruz at john.cruz.286@us.af.mil no later than 12:00 PM PST on 09 Jul 2018. Kari D. Hughes Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/BPA_TREE_TRIMMING_REMOVAL/listing.html)
 
Place of Performance
Address: 1515 Iceland Ave, Bldg 8500, Vandenberg AFB, Lompoc, California, 93437, United States
Zip Code: 93437
 
Record
SN05075489-W 20180908/180906231552-f67591ee124ec45931e2ad801f5a8f66 (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.