Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2006 FBO #1670
SOLICITATION NOTICE

S -- Landscaping Woodridge Housing Tomah, Wisconsin for Fort McCoy, WI housing

Notice Date
6/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
561910 — Packaging and Labeling Services
 
Contracting Office
ARCC Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA06T0049
 
Response Due
6/22/2006
 
Archive Date
8/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is an amended combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The closing date has changed from: 7 June 06 at 1430 To: 22 June 06 at 1430 Period of Performance has has changed: from 16  30 Nov 06 To: 10 July  30 Nov 06 NOTE: Address 841 Cranberry Circle has replacement drawing. Offerors should contact Kelly.Worner@us.army.mil to obtain the replacement drawing and provide their quotations based upon the replaced drawing and all other drawings for the remaining housing a ddresses. W911SA-06-T-0049 is issued as a Request for Quotation (RFQ) and is due by 22 June 06. The RFQ is firm fixed price, small business set aside, with NAICS code 561730, and the small business size standard is $6 mil . CLIN 0001, Non-personal se rvice to provide replacement landscaping in front of 24 homes located at Woodridge housing located in Tomah, WI. . Period of Performance is 10 July 30 Nov 06. Contractor shall provide all labor, equipment, tools, chemicals, plants, supervision and a ny other incidentals as necessary to perform landscaping replacement at 24 hours within the Woodridge Housing Development at Tomah, WI. Services include removing existing mulch, weed barriers and edging and replace with new mulch or rock, weed barrier and edging. Remove existing plants according to plans and dispose of; provide and install plants per drawings to include evergreens, hardwood shrubs and perennials, remove waste and clean up. Edging and weed barrier must e used with mulch or rock fill. If plants listed on the drawings are not available, a substitution may be permitted pending approval from the Fort McCoy, Wisconsin housing office. Contractor shall apply crystal diazanon in landscaping areas before installing weed barrier. Hours of oper ation are M-F 7:30 to 4:00 CST, excluding Federal Holidays. Contact Kelly Worner, Contract Specialist, kelly.worner@us.army.mil for the drawings for each home and Wage Rates. Contractor Manpower Reporting costs included in this line item. CLI N 0001, CONTRACT MANPOWER REPORTING 1 each @ NSP Not separately priced. Cost shall be included in CLIN 0002. The contractor shall report ALL contractor manpower required for performance of direct service labor applicable to this c ontract (i.e. installation service labor). See Contractor Manpower Reporting instructions at CMR users guide at the web address https://contractormanpower.army.pentagon.mil to assess the level of effort that will be required to comply with this re quirement. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). If contract performance is completed before Sep 30 of a fiscal year, the data may be entered upon contract completion rather than waiting for the end of the fiscal year. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-09 dated 19 Apr 06... FAR, DFAR, and ACA AI Provisions and Cla uses may be accessed at http://farsite.hill/af/mil or http://aca.saalt.army.mil/ Library/Acq-Instructions.htm. The following provisions and clauses are applicable: 52.212-1 Instructions To Offerors Comm ercial Items. 52.212-3 Alt I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms And Conditions Comm ercial Items. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items and the additional FAR clauses that are applicable to the acquisition: 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Fac ilities; 52.222-26 Equal Opportunity; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965, as Amended and 52.222-42 Statement of Equiv alent Rates for Federal Hires are applicable. 52.237-2 Protection of Gov t Bldgs, Equipment, Vegetatio n. 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the following DFARS clauses by reference: 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023, Alt III Transportation of Supplies by Sea. SCA Wage Determination 94-2577 Rev (28) is applicable. Contact the contract specialist for a copy of the wage determination and the statement of work. ACA AI clause 5152.233-9000 ACA E xecutive Level Agency Protest Program. In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. Central Contractor Registration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already registered, please register in the CCR database at www.ccr.gov. Whether your com pany is a current o r new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 561730 under the Goods Services section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required f or CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not registered in the CCR database by the due date/time of this solicitation, include ing NAIC S 561730 in the Goods Services section, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca .bpn .gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors comp lete mailing and remittance addresses; discount terms; unit price per CLIN and extended total prices; DUNS number; and taxpayer identification number (TIN). Quotes and applicable attachments must be received at ACA, Directorate of Contracting, 2103 Sou th 8th A venue, Fort McCoy, WI 54656-5153 no later than 1430 hours on 22 June 2006. Person to contact for additional information regarding the RFQ is Kelly Worner, Contract Specialist, Em: kelly.worner@us.army.mil. Note: telephone requests for infor mation will not be accepted. Please email all correspondence regarding this requirement. Point of Contact Kelly Worner, 608-388-2198Email your questions to ARCC Fort McCoy Directorate of Contracting at kelly.worner@us.army.mil
 
Place of Performance
Address: ARCC Fort McCoy Directorate of Contracting Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN01074710-W 20060623/060621220925 (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.