Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SOLICITATION NOTICE

87 -- NAHYDROSEED or HYDROMULCH, AIR FIELD

Notice Date
5/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave. Bldg 302, Altus AFB, OK, 73523-5132
 
ZIP Code
73523-5132
 
Solicitation Number
F1B3R26110A100
 
Response Due
5/25/2006
 
Archive Date
6/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation number F1B3R26110A100 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 19 Apr 06. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 561730, with annual gross revenue not to exceed $6 million. Statement of Work: 1. DESCRIPTION OF SERVICES: Provide all plant, labor, travel, material, supervision, and administration necessary to establish grass cover through hydro seeding to one (1) ten (10) acre site north of Taxiway L and one (1) twenty (20) acre area east of the outside runway, in the ?wetlands?, work area drawing will be provided at site visit, on Altus Air Force Base, Oklahoma in accordance with this statement of need (SON). 2. PERFORMANCE REQUIRMENTS: The work consists, in general, of the following principal items. This does not mean that the work consists only of these items, but that it consists of these principal items along with incidental minor work, which becomes necessary to complete in order to accomplish the overall project in a satisfactory and workmanlike manner meeting the approval of the Contracting Officer. 2.1 Equipment: The contractor shall provide all necessary material/supplies and equipment for site preparation, seeding, mulching and watering/irrigation in accordance with industry standards to complete this project. 2.2 Seed: Provide Sate of Oklahoma certified and approved Wrangler Bermuda grass seed of the season?s latest crop delivered in original sealed packages; bearing the producer?s guaranteed analyst for purity, germination, weed content, and inert material. Wet moldy, or otherwise damaged seed/packaging will be rejected. Rate of application is a minimum of six pounds of seed per thousand square feet (MSF). 2.3 Mulch: Provide mulch comprised of grain straw or wood cellulose fiber. Straw shall be bailed, dry, and unweathered, and shall show no signs of discoloration or mold damage. 2.4 Fertilizer: Fertilizer shall be commercial, uniform in composition, free flowing, fully labeled according to Oklahoma or Texas state fertilizer laws, and bearing the name, trade name or trademark, and warranty of the producer. 2.5 Maintenance: Maintain all seeded areas in accordance with industry standards until acceptance at 90 days after seeding. Maintenance includes watering, mowing, raking, reseeding, repair or erosion damage, and maintenance of mulch. 2.6 Acceptance: Will be at 90 days after completion of seeding. Seeded areas are to be uniform in density with no bare spots (approximately 75% to 80% coverage), reasonably free of weeds (per manufacturer?s label), and at least six (6) inches tall at the time of acceptance. At the time of the acceptance inspection, mow, to a height of six 6 inches, and rake the seeded areas. Replanting operations will be at no additional cost to the government. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES: 3.1 Water: The government will provide water for the contractor?s use. The contractor is responsible for filling the contractor?s water trucks at a Government designated fill stand or hydrant, and transporting the water to the job site as required or needed. 4. GENERAL INFORMATION: 4.1 Hours of operations: Contractor will try to conduct all operations of contract between 0700 thru 1700; if other hours are needed they will need to be preapproved through CE. 4.2 Security Requirements: The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. Refer to contract clause AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installations 4.3 When work under this contract requires escorted entry to controlled or restricted areas (area 1), CE will provide an escort. 4.4 After seeding area two, ?the wetlands?, (20 acres) will be designated with staked and string or something similar to prevent disturbing the area. Area one is in the flight pattern and will not be marked off. 5. SUBMITTALS: Submit copies of each suppliers seed, mulch, and fertilizer representative label bearing the manufacturer?s or vendor?s guaranteed statement of analysis for review to assure compliance with specified requirements for product quality and application rates. (End SOW). All work shall be performed IAW SOW. Award shall be made only to contractors who have registered with Central Contractor Registration and ORCA websites at: http://www.ccr.gov/ and https://orca.bpn.gov/ Please send any questions or requests to 97 CONS / LGCB, ATTN: Brian Ames 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-7251,send a fax to (580) 481-5138, or e-mail to: brian.ames@altus.af.mil 97 CONS / LGCB, ATTN: Charles Peterson 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. Send a fax to (580) 481-5138, or e-mail to: charles.peterson@altus.af.mil. Telephone bids, will not be processed. A site visit is scheduled for Monday, 22 Apr 2006 at 1:PM in the contracting building (302) on Altus AFB. RSVP to one of the POC listed above prior to the site visit. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (JAN 06) is incorporated by reference. It is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1300 (1:00 P.M.) CST, 25 Apr 2006. Quote should list two (2) CLINs. The first CLIN for area one (10 acres) and the second CLIN for area two (the 20 acres). Each CLIN will be awarded upon availability of funds. Submit signed and dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138. The government reserves the right to make award on the initial quote without discussions. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2005) with the quotation. The word document is available for download with these representation and certifications (and also in entire from: http://farsite.hill.af.mil/). FAR clause 52.212-4 (SEP 2005), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2006); DFARS 252.232-7003 (JAN 2004), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFF ARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installations. Service Contract Act of 1965, As Amended (41 V.S.C.351,et seq.) (MAY 1989); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, (MAY 1989), (29 V.S.C. and 41 V.S.C. 351, et seq.), Gardner, WG-06 Step-2, WAGE: $15.19, FRINGE: 32.85% (Govt Est.); FAR 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.253-1, Computer Generated Forms (JAN 1991); apply to this acquisition with the following addendum, DFARS clauses and provisions that apply to this solicitation are DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2006); DFARS 252.232-7003 (Jan 2004), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installation also applies to this Solicitation; FAR clause 52.232-18 (Apr 1984) Availability of Funds. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. Department of Labor Wage Determination 94-2525 Rev 26, Jackson County, Oklahoma is hereby incorporated into this Solicitation) and any resultant Purchase Order (also available electronically, by FAX or e-mail, or by mail from)
 
Place of Performance
Address: 97th Contracting Squadron, 303 J. Ave, Bldg 302, Altus AFB, OK 73523
Zip Code: 73523
Country: USA
 
Record
SN01048141-W 20060517/060515220421 (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.