Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1999 PSA#2417

Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063

Z -- TREE TRIMMING SOL F26600-99-Q0387 DUE 083099 POC Leonard Tampkins, Contracting Journeyman, Phone 702-652-9561, Fax 702-652-5405, Email leonard.tampkins@nellis.af.mil -- Darryl Denis, Contracting Journeyman, Phone 702-652-2099, Fax 702-652-5405, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F26600-99-Q03 87&LocID=885. E-MAIL: Leonard Tampkins, leonard.tampkins@nellis.af.mil. 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 written solicitation will not be issued. This solicitation (F26600-99-Q0387) is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. This acquisition is set-aside exclusively for small business concerns. The SIC code for this solicitation is 0783. Far 19 classifies small businesses as those that gross equal to or less than $5.0 million annually based on the average of the offerors past three fiscal years. Offerors shall submit their quote according to the below mentioned CLINs. Offers are due by close of business 4:30 P.M. (PST) on 30 Aug 99, and can be mailed or hand carried to 99 CONS/LGCV, 5865 Swaab Blvd, Nellis AFB, NV. 89191-7063, Attn: TSgt Leonard Tampkins. Quotes may also be faxed to TSgt Tampkins at (702) 652-5404. No emailed quote will be accepted. The contractor shall provide all labor, tools, parts, materials, transportation and supervision necessary to perform tree trimming/removal services for Manch Manor, Nellis Terrace, and Dunning Circle, Military Family Housing (MFH), at Nellis AFB, NV, located 7 miles north of Las Vegas on Highway 93, in accordance with commercial standards, the terms and conditions of the contract, the requirements of the synopsis/solicitation, and the Service Delivery Summary (SDS). Work includes, but not limited to: tree trimming, remove dead limbs, downward growth, and to improve appearance; tree removal, includes stump removal to a 12-inch depth and surface roots to a distance of 15 feet from tree; stump removal, remove existing stumps to a depth of 12 inches and surface roots to a distance of 15 feet radius from stump center; palm tree trimming; small tree removal, any tree which is 5 inch caliper or smaller; backfill holes, all tree and shrub holes backfilled with premium topsoil and 100% coverage of sod or rock, whichever applies. The contractor shall be responsible for any permit and fee requirements in accordance with local, state, and federal laws and regulations. 99 CES/CEOES personnel prior to acceptance shall inspect all tree trimming/removal services. The following line items are included for this requirement: CLIN 0001 _ Tree Removal (including stumps) _ 25 ea; CLIN 0002 _ Stump Removal (existing) _ 3 ea; CLIN 0003 _ Shrub Removal _ 54 ea; CLIN 0004 _ Tree Removal (5_ diameter) _ 50 ea; CLIN 0005 _ Tree Trimming _ 322 ea; CLIN 0006 _ Trim Palms _ 66 ea. Base maps, addresses, and tree location spreadsheet will be made available at the site visit, on 25 Aug 1999 at 0900 hrs PST. Please call TSgt Tampkins at (702) 652-9564 to confirm attendance. Water and electricity are available at the job site and may be utilized by the contractor, at no cost, in quantities necessary toperform the work herein. If additional outlets are required, they will be provided at the contractor_s expense. Contractor shall be responsible for all temporary connections necessary for operations and for their removal prior to final acceptance of work. The contractor shall be solely responsible for telephone service. The contractor shall work between normal duty hours. Normal duty hours are 7:00 A.M. to 4:00 P.M., Monday through Friday, excluding federal holidays. Clean up shall be completed no later than 4:00 PM each day. Contractor shall commence work within seven (7) calendar days from the date of award. The contractor shall develop and maintain a quality control program to ensure tree trimming/removal services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. In accordance with AFI 63-124, Performance-Based Contracting, a Service Delivery Summary is included in this requirement. The Contractor shall develop and submit a quality control plan before commencing work, addressing the following performance objectives and performance thresholds: Tree Trimming / Removal Services Comply with tree service requirements IAW -- ANSI A300, the SOW, and local, state, and federal laws/regulations, 100% of the time; Quality Control Provide a representative to direct workers and ensure contract compliance, 100% of the time; Safety Comply with operation requirements IAW _ ANSI Z133.1, and all associated OSHA standards, 100% of the time; Real Property Repair damage to government and personal property or replace within 5 calendar days, 100% of the time; Clean-up Clean storage area, work areas, and haul routes as noted, or within 5 calendar days, 100% of the time. The contractor shall be responsible for all associated cleanup and repairs to housing property. Performance threshold is a limitation on the percentage of work that must be acceptable without rework. I.E., if the performance threshold is 90%, 90% of the work must be completed and accepted the first time without error. The government will periodically evaluate the contractor's performance by appointing a representative(s) to monitor performance to ensure services are received. The government representative will evaluate the contractor's performance through intermittent on-site inspections of the contractor's quality control program and receipt of complaints from base personnel. The government may inspect each task as completed or increase the number of quality assurance inspections if deemed appropriate because of repeated failures discovered during quality assurance inspections or because of repeated customer complaints. Likewise, the government may decrease the number of quality assurance inspections if performance dictates. The government will also receive and investigate complaints from various customers located on the installation. The contractor shall be responsible for initially validating customer complaints. However, the government representative shall make final determination of the validity of customer complaint(s) feedback in cases of disagreement with customer(s). The contractor shall be responsible for notifying the housing occupant, in writing, 24 hours prior to any work being accomplished in their yard. The contracting officer shall follow FAR 52.214.4, Contract Terms and Conditions-Commercial Items (May 1997), for contractor's failure to perform satisfactory services or failure to correct non-conforming services. If the contractor desires to work during periods other than normal duty hours, the request shall be submitted in writing to the Contracting Officer. The contractor shall list the desired dates and identify the work that will be accomplished. The government shall be notified at least three days in advance. Contractor shall maintain close coordination with the government. Whenever work not scheduled is to be accomplished, the Contracting Officer and the QA personnel must be notified as early as possible.If such notification is not approved in advance, the contractor bears the risk of possible non-payment of work and/or payment for damages incurred. The contractor shall provide a schedule to the inspector/project engineer a week in advance. The contractor shall provide physical security for the equipment under his control. Contractor can store all equipment not in use at a designated site with the approval of the QA personnel. Damage, loss or theft of such equipment shall be at the contractor's risk. Contractor shall comply with the industry standards. In addition, all work shall be accomplished in accordance with local, state, and federal laws and regulations. There are no waste or disposal areas available on the base. The contractor shall make arrangements at an off-base location in accordance with local and state codes for disposal of waste generated from the site. Contractor shall maintain the site free from debris and trash, and remove such debris and trash daily. Trash or debris shall not be disposed of on the base or any other federal lands, nor shall it be disposed of in violation of any local, state, or federal ordinances. The contractor shall comply strictly with the installation fire regulations and become thoroughly familiar with the fire safety requirements applicable. Contractor shall be responsible for any and all damage to existing facilities, utilities, and property incurred by his work forces or equipment, and shall repair said damages to the satisfaction of the Contracting Officer at no expense to the government. The contractor shall advise the Contracting Officer in writing at least 10 days in advance of any proposed utility shut-off. All outages are subject to the approval of the Contracting Officer. Should the contractor accidentally shut-off a utility, Civil Engineering shall be notified within one hour. The contractor is responsible for damage to utilities and shall make repairs within 24 hours, (excluding sprinkler systems that shall be repaired within 5 calendar days.) The contractor shall observe all safety regulations presently enforced at Nellis AFB. The work shall be in accordance with all Occupations Safety and Health Act (OSHA) standards. The contractor shall request a final inspection, in writing, 5 days in advance of the final inspection date. The contractor shall allow for enough time so that all work including final clean up and inspection is completed within the normal working hours identified. The contractor shall clean, sweep, or pick up, as necessary, any debris spilled along haul routes, immediately after passage. Clean up shall be performed to the satisfaction of the Contracting Officer. The provision at FAR 52.212-1, Instruction to Offerors-Commercial, applies to this solicitation. The provision at FAR 52.212-2, Evaluation _ Commercial Items, applies to this solicitation and award will be made to the responsive, responsible offeror whose offer represents the best value to the government based on price and past performance. Past performance will be determined by evaluating the responses to the past performance questionnaire from the potential offerors last five commercial and governmental customers, whose services were similar in scope to this requirement. The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this solicitation. Offerors who fail to submit a completed Representation and Certification may be considered non-responsive. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this solicitation. Specifically, the following cited clauses are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.233-3 Protest after Award, FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative action for Disabled Veterans and Veterans of the Vietnam, Era; FAR 52.222-36 Affirmative Action for workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era; 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration. FAR 52.222-41 Service Contract Act of 1965 as amended. In compliance with the Service Contract Act of 1965, and the regulations of the Secretary of Labor, this clause identifies the classes of service for employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5341 or 5332. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, FAR 52.222-44 Fair Labor Standards Act. DFARS 252.204-7004 Required Central Contract Registration. For solicitations after 1 Jun 98 all contractors are required to be registered in the central contractor registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Contractors may obtain informationon registration via the Internet at http://ccr.dlsc.dla.mil. Internet processing takes approx. 48 hours. The contractor must provide Duns number with all offers. If the Duns number is not known, call (800) 333-0505. You will immediately be provided the number at no charge. Wage Determination No: 94-2331 REV (13) applies to this solicitation. The Bid Schedule, Wage Determination, and Representations and Certifications of Offerors are posted on the Electronic Posting System (EPS) at http://www.eps.gov under solicitation number F26600-99-Q0387, attachment entitled _eps_pack.exe_ (a self-extracting Adobe Acrobat file). To find this solicitation look under USAF offices, Air Combat Command locations, 99 CONS, Nellis AFB, NV posted dates. If you are unable to access the web-site fax (702-652-5405) or call TSgt Tampkins at (702-652-9564) or Capt Linda D.M. Ray at (702-652-4379) and they will be provided to you. The Defense Priorities and Allocation System (DAPS) assigned rating is, DO S10. Posted 08/20/99 (D-SN370755). (0232)

Loren Data Corp. http://www.ld.com (SYN# 0129 19990824\Z-0007.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page