COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1, 2001 PSA #2779
SOLICITATIONS
F -- TREE TRIMMING
- Notice Date
- January 30, 2001
- Contracting Office
- Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
- ZIP Code
- 20762-6500
- Solicitation Number
- FA4416-01RA040
- Response Due
- February 6, 2001
- Point of Contact
- Danita Davis, Contract Specialist, Phone 3019812303, Fax 3019811913, Email Danita.Davis@Andrews.af.mil -- Melissa Whitworth, Contract Specialist, Phone 301-981-1905, Fax 301-981-1907, Email
- E-Mail Address
- Danita Davis (Danita.Davis@Andrews.af.mil)
- Description
- Solicitation FA4416-01RA040 is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This action is a 100% total small business set-aside (FAR 52.219-6). The North American Industry Classification System code that applies to the principal nature of this acquisition is 561730 _ Landscaping Services. The standard size is $5.0. Description of Services: Trees bordering the Suitland Parkway north of Andrews Air Force Base are penetrating the CAT II approach surface to runway 19R. These trees are obstructions to flight operations. The contractor will survey the approach surface and identify specific trees for trimming. The contractor is to determine the best practices to be applied to trim each tree in coordination with the National Park Service (NPS), perform the trimming according to the National Park Service specifications (specifications attached), and verify that the approach surface has been cleared. In six months, the contractor will return to resurvey the approach surface and monitor the condition of the trimmed trees. All work shall be under the direction and general supervision of an Arborist certified by the International Society of Arboriculture. The Arborist will have verifiable experience and technical competence in tree physiology, identification, and current tree care and safety practices in accordance with accepted industry standards. The arborist shall also have experience with surveying methods to be able to supervise a survey crew in identifying and marking the trees for trimming. Monetary Adjustments for inadequate performance and damage to trees is addressed in paragraph 2.01.3 of the NPS Statement of Work. Offerors are required to submit 3 references with their offer. TASK 1: The CAT II approach surface to runway 19R is centered on the extended runway centerline and begins two hundred feet (200_) north of the RW 19R threshold. The surface is one thousand feet (1,000_) wide at this point, five hundred (500_) either side of the centerline. The width of the surface from centerline increases by fifteen (15) percent of the distance north of the point of beginning, or by formula: 1/2W=500_+0.15D. 1/2W is the width of the approach surface from the centerline; and D is the distance from the point of beginning. The slope of the approach surface is 1 vertical to 34 horizontal rising from the elevation of the threshold and the point of beginning. The contractor shall furnish all equipment and sufficient personnel and all related incidental work to establish the runway 19R CAT II approach surface and to mark the trees which are or may become obstructions to flight operations within the next two years. It is estimated that up to 24 trees (DBH 18-23_) will be identified for trimming. The contractor shall be escorted by Air Force personnel whenever working on the airfield. TASK 2: In consultation with the National Park Service and the Air Force the contractor shall draft a trimming plan utilizing best-management-practices for each tree identified in Task 1. The contractor shall use the National Park Service specifications in developing the plans. Removal and disposal of waste materials shall be addressed in the plan. TASK 3: Trimming of the trees identified in Task 1 shall be done in accordance with the plans prepared in Task 2 and the specifications of the National Park Service. The CAT II approach surface will be resurveyed after all trees are trimmed to assure there are no obstructions to flight operations. TASK 4: The CAT II approach surface will be resurveyed in six (6) months to determine if there are any obstructions to flight operations, and to monitor the condition of the trees trimmed in Task 3, in consultation with the National Park Service and the Air Force. Contractor shall commence work no later than 22 February 2001 and complete work by 5 March 2001. The provision at FAR 52.212-1, " Instructions to Offerors-Commercial Items and FAR 52-212-2 Evaluation -- Commercial Items are applicable to this solicitation; with blanks in (a) completed as follows _price and past performance_. This is a competitive best value acquisition in which competing offerors_ past performance history will be evaluated on a basis significantly more important than cost or price considerations. By submission of its_ offer, the offeror accedes to the terms of this contract and all such offers shall be treated equally except for their prices and performance records. The evaluation process shall proceed as follows. Initially offers shall be ranked according to price. Using questionnaires (see attachment, the contracting officer shall seek performance information on the lowest priced offerors (usually the lowest three to five) based on (1) the three references provided by the offeror and/or (2) data independently obtained from other Government and commercial sources. Generally the contracting officer shall not seek information on the evaluated higher priced offers unless it is determined none of the lower priced offers are acceptable for award. The purpose of the past performance evaluation is to allow the Government to assess the offeror_s ability to perform the effort described in this RFQ, based on the offeror_s demonstrated present and past performance. The assessment process will result in an overall risk rating of exceptional, very good, satisfactory, none, marginal or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating _none_ meaning the rating is treated neither favorably nor unfavorably. If the lowest priced evaluated offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance risk rating of _very good_ or lower. In that event, the contracting officer shall make an integrated assessment best value award decision. Offerors shall include with their offers, a completed copy of 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders_Commercial items and 52.228-5 Insurance -- Work on a Government Installation, are applicable to this acquisition. The following clauses are also applicable: 52.232.33, Payment by Electronic Funds Transfer and 52.222-41 Service Contract Act of 1965, as amended (41 U.S.C. 351, et seq.). DFAR clause 252.204-7004 Required Central Contractor Registration is applicable to the solicitation. CCR registration may be made via the inter-net at www.ccr2000.com or by calling 1-888-227-2423. FAR and DFARS Provisions and Clauses may be viewed and/or downloaded from http://farsite.hill.af.mil/. Quotations are due by 1600 EST on 6 February 2001. Quote to include company name, address, point of contact and title, phone number, fax number, price and payment terms. Submit quote by e-mail to SSgt. Danita Davis at danita.davis@andrews.af.mil or Ms. Jimmie Campbell at campbell.jimmie@andrews.af.mil. Quotes can also be faxed to the 89th Contracting Office at 301-981-1910 (Atten: SSgt. Danita Davis or Ms. Jimmie Campbell). Direct any questions to the above mentioned or alternate point of contact, A1C Melissa Whitworth at melissa.whitworth@andrews.af.mi. or 301-981-1905. The following attachements: bid schedule and National Park Service Statement of Work can be viewed and downloaded from www.eps.gov. No paper copies will be issued. Contractor must monitor site for any solicitation changes.
- Web Link
- Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=FA4416-01RA040&L=250)
- Record
- Loren Data Corp. 20010201/FSOL005.HTM (D-030 SN50C2H5)
| F - Natural Resources and Conservation Services Index
|
Issue Index |
Created on January 30, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|