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