SOLICITATION NOTICE
S -- Interior Live Plant Services
- Notice Date
- 8/22/2006
- Notice Type
- Solicitation Notice
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-07-Q-0017
- Response Due
- 9/8/2006
- 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; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-07-Q-0017 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 dated 04 Aug 2006 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20060711 edition. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 561730 and small business size standard $6.5. The contractor shall provide the following items on a firm fixed price basis: See attached Statement of Work dated 1 October 2006. The required period of performance is 1 year, 01 Oct 2006 - 30 Sep 2007 with four option years. The place of delivery, acceptance and FOB destination point is AFRL/IF, Rome, NY. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JAN 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals/quotes are due at or before 3:00 PM, 08 September 2006. Submit to: AFRL/IFKO, Attn: Bob Stadelmaier, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8178 or by email to robert.stadelmaier@rl.af.mil. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/ Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) In addition to the Past Performance Information described in (b)(10), submit the following: resumes of all personnel that will work under this contract. (c) The Period of acceptance offers is changed from 30 calendar days to 20 calendar days. (d) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 5 calendar days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. Paragraph (a) - The following evaluation factors, all being of equal importance, the first two factors being of equal importance to each other but both being of more importance than the third, shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; (iii) Past performance (see FAR 15.304 and 12.206) All evaluation factors other than price, when combined, are approximately equal to price. Offerors must include with its offer a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAR 2005) to include Alt 1. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (SEP 2005), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (APR 2006), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6 Notice of Total Small Business Aside (June 2003) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2006) 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). 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct. 2003) 52.239-1 Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a) 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989)(11090 Gardner [WG 06/2 $18.57+$6.03=$24.60]) 52.222-43 Fair Labor Standards Act and Service Contract Act ? Price Adjustment (Multiple Year and Option Contracts) (May 1989) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2006), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition. 252.225-7035 Buy American Act - Free Trade Agreements?Balance of Payments Program Certificate. 252.225-7036 Buy American Act - Free Trade Agreements?Balance of Payments Program (Jun 2005) (Alternate 1)(Jan 2005) 252.232-7003 Electronic Submission of Payment Requests (May 2006) 252.247-7023 Transportation of Supplies by Sea (May 2002)(Alternate III)(May 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) 5352.201-9001 OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Col Jeffrey Schmidt, AFRL/PK Building 12, Room 107, 1981 Monahan Way, Wright-Patterson OH 45433-5209, (937)-255-0432, Fax (937) 255-5036, Jeffrey.Schmidt@wpafb.af.mil. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. Lead Program Manager is available to conduct a walk through for a pre-site visit/survey on Wednesday, 30 August 2006, at 1:30 p.m. EST. This will be the only scheduled pre-site visit/survey. A visit request must be on file with the AFRL RRS Security Office for entrance into the facilities. Please coordinate all visit requests with Bob Stadelmaier, 315-330-1726 or e-mail: robert.stadelmair@rl.af.mil. The following Numbered Notes apply: 1 All responsible organizations may submit a proposal, which shall be considered.
- Record
- SN01122081-W 20060824/060822221021 (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 |