Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2006 FBO #1710
SOLICITATION NOTICE

S -- Grounds Maintenance Services

Notice Date
7/31/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-06-Q-0063
 
Response Due
8/10/2006
 
Archive Date
10/9/2006
 
Small Business Set-Aside
Total HUB-Zone
 
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. Solicitation Number W91248-06-Q-0063 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acq uisition Circular 2005-06, dated 08 June 05. NAICS is 561730; business size is $6.5M; acquisition is 100% setaside for HUBZone business.Description of Services: Line Item 0001, Level I: Maintain grass at 1-1/2 inches to 3 inches Height Cut (includes all vegetation trimming and removal IAW Vegetation Maintenance, paragraph 1.1.2) Total estimated acreage for this level is 320 acres, of which 277 acres consist of grass. Locations: High visibility areas as indicated. Child care centers to be mowed on Saturd ays only; 3 Months; Line Item 0002, Level II: Maintain grass at cut 2 inches to 5 inches Height cut (includes all vegetation trimming / removal IAW Vegetation Maintenance, paragraph 1.1.2). Total estimated acreage for this level is 1960 acres, of which 16 50 acres consist of grass. Locations: Inside Fort Campbell Cantonment Area, 3 Months; Line Item 0003, Level III: Maintain grass at cut 2 inches to 5 inches Height cut (includes all vegetation trimming / removal IAW Vegetation Maintenance, paragraph 1.1.2). Total estimated acreage for this level is 2098 acres, of which 1830 acres consists of grass. Locations: Airfield and Vicinity, 3 Months; Line Item 0004, Level IV: Maintain grass at cut 6 inches to 12 inches Height cut (includes all vegetation trimming / removal IAW Vegetation Maintenance, paragraph 1.1.2) Total estimated acreage for this level is 829 acres, of which 829 acres consists of grass. Locations: Back Area Road and Road Shoulders, 1 Each. Line Item 0005, Level V: Maintain grass at cut 6 inches t o 12 inches Height cut. Total estimated acreage for this level is 280 acres. Locations: Closed Landfills, 1 Each; Line Item 0006, Maintain grass at 2 inches within fence/gravel area and maintain grass at a 5 inches to 10 inches cut outside of fence/grave l area to road (includes all vegetation trimming / removal IAW Vegetation Maintenance, paragraph 1.1.2). Locations: 119 Cemeteries; 1 Each; Line Item 0007, Maintain grass between 1 inch and 1-1/2 inches Height Cut (includes all vegetation trimming / remov al IAW Vegetation Maintenance, paragraph 1.1.2) Total estimated acreage for this level is 29 acres. Locations: Parade Field; 3 Months; Line Item 0008, Special Events Mowing / emergency mowing as requested by the Government. Cut grass at a level requested (Level I, II, III, IV, or V) to include all vegetation trimming / removal IAW Vegetation Maintenance, paragraph 1.1.2. Locations: As indicated on the delivery order; 150 Acres (estimated); Line Item 0009. Herbicide: Application of herbicide in areas not covered in Technical Exhibit 1 or any portion of this contract. Application IAW paragraph 1.1.4. This is a requirements line item to be requested as needed, 5 Acres (Estimated); Line Item 0010: Kyle Lake: Maintain grass at cut 3 inches to 6 inches Height cut (includes all vegetation trimming / removal IAW Vegetation Maintenance, paragraph 1.1.2). Total estimated acreage f or this level is 30 acres, of which 30 acres consists of grass. Locations: Kyle Lake, 2 Each. Please provide a unit price for each of the quantities listed. It is contemplated that Period of Performance for any resulting contract will be for 3 Months. O ffers are due not later than 10 August 2006; 2:00 PM CST. Complete Statement of Work, Wage Decision, and associated documents can be downloaded at doc.campbell.army.mil under subject Solicitation number. All responsible concerns may submit a quote that w ill be considered by this agency. Th e following provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors  Commercial (Jan 2005); 52.212-2, Evaluation  Commercial Items (Jan 1999). The following factors will be evaluated: Technical Capability and Pri ce. Award will be made to the lowest price technical acceptable offerors. The following will be evaluated under Technical Capability: Equipment listing and Plan of Action. A list of equipment to be used to perform the services shall be provided and a p lan of action as to how work will be performed for the 3-month period. Such technical information must be must be submitted at time of closing date with quoted prices. Additionally, the Government may elect to make multiple awards from this solicitation. The following clauses are applicable: 52.212-4, Contract Terms and Conditions  Commercial Items (Oct 2003); 52.212-5, Contract Term and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (Jun 2006), the following apply un der this clause: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (De c 1996); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-3, Buy American Act  Free Trade Agreements  Israeli Trade Act (June 2006); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003); 52.222-41, Service Contract Act of 1965, as Amen ded (Jul 2005); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) fill-in for the clause is Laborer, Grounds Maintenance, $9.41 per hour plus fringe benefits; 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustm ent (Feb 2002); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order  Commercial Items (Jan 2005) (DEVIATION); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005); Other applicable clauses are: 52.216-18, Ordering (Oct 1995) with exact period of performance to cited upon contract award, 52.216-19, Order Limitations (Oct 1995) with a minimum order of 1 acre, maxi mum order of 300 acres, and series of order exceeding the 300 acres within 30 days, 52.216-21, Requirements (Oct 1995), 52.217-8, Option to Extend Services (Nov 1999), 52.228-5, Insurance Work on an Government Installation (Oct 1995), 52-246-4, Inspection of Services-Fixed Price (Aug 1996), 252.232-7007, Limitation of Governments Obligation (Aug 1993) fill-in to be completed upon contract award. A completed copy of the provisions at 52.212-3, Offeror Representations and Certification  Commercial Items an d 252.212-7000, Offeror Representation and Certification  Commercial Items (Nov 1995) shall be submitted with the quotation. Facsimile quotations are acceptable at (270) 798-3987; mailing address is Directorate of Contracting, 13 ? Street, Building 2176, Fort Campbell, Kentucky, ATTN: Angela Jacobs. All contractors must be registered in the Department of Defense Contractor Registration (CCR) database prior to any contract award. Any questions concerning this acquisition can be directed to Angela Jacobs (270) 798-0380; angela.jacobs@campbell.army.mil.
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2176, 13 1/2 & Indiana Streets Fort Campbell KY
Zip Code: 42223-5334
Country: US
 
Record
SN01102272-W 20060802/060731221810 (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.