Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2006 FBO #1538
SOLICITATION NOTICE

F -- SHRUB PLANTING AT U.S. ARMY YAKIMA TRAINING CENTER, YAKIMA, WA.

Notice Date
2/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-06-Q-0008
 
Response Due
2/20/2006
 
Archive Date
4/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested; however, a written solicitation will not be issued. Solicitation number W911S8-06-Q-0008 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Fed eral Acquisition Circular 2005-08 and DCN 20060123. The requirement is 100 percent set-aside for small business with a NAICS Code of 561730, and size standard of $6.0 million. The description of the service is as follows: CLIN 0001, 20,000 EACH, RIPARAN TR EE AND SHRUB SEEDLING PLANTING; CLIN 0002, 150,000 EACH, UPLAND SHRUB SEEDLING PLANTING; CLIN 0003: 1 EACH, CONTRACT MANPOWER REPORT. Technical Exhibits, including detailed Statement of Work (SOW), Services Contract Manpower Reporting instructions, Servic e Contracts Act Wage Determination, and Statement of Equivalent Wages Rates for Federal Hires, are posted and accessible at the Fort Lewis Web Site: http://www.lewis.army.mil/doc. Any award entered into resulting from this request for quotations will be m ade to a responsive, responsible quoter. Quotes will be evaluated on the lowest cost, technically acceptable basis. Award will be made on an all or none basis. In order to be considered technically acceptable, prospective contractors must have a minimum o f three (3) years experience within the last five (5) years with planting riparian tree and shrub species and sagebrush. In addition to pricing information and other submittals called for herein, quoter shall also provide a statement of qualifications, inc luding years of experience with planting both sagebrush and riparian seedlings. A list of client references is required, including description and location of the work performed, dates performed, contract or order number, customer/landowner name, point of contact name and phone number, email address or mailing address. Qualifications of the business entity and key personnel including foremen and inspectors shall be included. Failure to provide all required information by the quotation due date and time may be grounds for exclusion from consideration. A pre-quote tour of the work sites will be held on Wednesday, February 15, 2006, from 1 pm to 4 pm. Prospective quoters must contact Ron Cason, Contract Specialist, via email at: ron.cason@lewis.army.mil, to make arrangements to attend the site tour. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Addenda to this provision are applicable, in which the term offeror whenever it appears, shall be replaced with the ter m quoter; paragraphs (g) and (h) are deleted. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. Quoters are required to submit completed copies of the provisions at FAR 52.21 2-3, as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The follo wing clauses within 52.212-5(b) are applicable to this acquisition: 52.219-6, 52.219-14, 52.222-3, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41, and 52.222-42. FAR clauses 52.219-6, Notice of Total Small Business Set-Aside i s applicable. Wage Determination 77-0209 Revision 29 for the State of Washington is applicable to this acquisition. The complete text of the Federal/Defense Acquisition Circulars is available at the following internet site: http://farsite.hill.af.mil. Tele phonic inquires will not be accepted. E-mailed quotes are due no later than Monday, February 20, 2006 at 4:00 PM, Pacific Standard Time to Ron.Cason@lewis.army .mil, along with the Offeror Representations and Certifications, Commercial Items, FAR 52.212-3, and DFAR 252.212-7000, providing the business size, e-mail address, Dunn and Bradstreet number, Cage Code, and Federal Tax ID number.
 
Place of Performance
Address: U.S. Army Yakima Training Center, Directorate of Public Works Bldg 810, MS-75 Yakima WA
Zip Code: 98901
Country: US
 
Record
SN00984551-W 20060211/060209212442 (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.