SOLICITATION NOTICE
99 -- Cut and Remove Trees and Brush, Selfridge Air National Guard Base, MI
- Notice Date
- 9/6/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 113310
— Logging
- Contracting Office
- 127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
- ZIP Code
- 48045-5213
- Solicitation Number
- W912JB11R4011
- Response Due
- 9/21/2011
- Archive Date
- 11/20/2011
- Point of Contact
- Marian Alviar, 586-239-5867
- E-Mail Address
-
127 MSC
(marian.alviar@ang.af.mil)
- 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 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. (II) Solicitation W912JB-11-R-4011 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-53. (IV) This acquisition is set aside for small businesses. The associated NAICS code for this acquisition is 113310 standard industrial classification is 2411, and the small business size is 500 employees or fewer. (V) This is a firm fixed price type contract for non-personal services to provide all items and services necessary to cut trees at Selfridge Air National Guard Base, in Metro Detroit, MI. All responsible sources may submit a response which, if timely received, must be considered by the agency. (VI)Availability of Funds: This request is solicited as advertised only. Funds are not presently available for this requirement. The Government's obligation under this requirement is contingent upon the availability of appropriated funds from which contract award can be made. Quotes valid through 30 September 2011 are requested. The United States Government reserves the right to fund some, all, or none of the CLINs in this solicitation. (VII) Sit e Visit: There will be a site visit conducted on 15 September 2011 at 9:00 A.M. EST. The site visit will start at 43200 Maple Street, Bldg 105, Contracting Conference Room, Selfridge ANGB, and MI 48045-5213 and proceed from there. Please provide the names of attendees to steven.stocking@ang.af.mil NLT 14 September 2011 3:00 P.M. EST. (VIII) CLIN0001: Obtain Services to cut and remove trees The contractor shall provide all personnel, equipment, tools, supervision and all other items and services necessary to remove all tree growth vegetation (standing, leaning, or lying down) located within the designated areas shown on the project drawings. Removal of piles of previously felled trees where shown. All work shall be done IAW with Statement of Work dated 17 August 2011, drawing entitled "Clear Trees North Side: Tree Removal Site Base Bid" dated 10 August 2011. CLIN 0002: Cut and Remove Trees Area 1 The contractor shall provide all personnel, equipment, tools, supervision and all other items and services necessary to remove all tree growth vegetation (standing, leaning, or lying down) located within the designated areas shown on the project drawings. Removal of piles of previously felled trees where shown. All work shall be done IAW with Statement of Work dated 17 August 2011, drawing entitled "Clear Trees North Side: Tree Removal Site Plans Options 1 and 2" dated 13 August 2011. CLIN 0003: Cut and Remove trees and Brush Area 2: The contractor shall provide all personnel, equipment, tools, supervision and all other items and services necessary to remove all tree growth vegetation (standing, leaning, or lying down) located within the designated areas shown on the project drawings. Removal of piles of previously felled trees where shown. All work shall be done IAW with Statement of Work dated 17 August 2011, drawing entitled "Clear Trees North Side: Tree Removal Site Plans Options 1 and 2" dated 13 August 2011. (IX) FOB point is Destination. (IX) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (X) The following provisions in their latest editions apply to this solicitation: FAR 52.212-2, Evaluation - Commercial Items. The following factors will be used to evaluate quotes: this will be an LPTA evaluation in accordance with the terms and conditions found in this document. The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government. (XI) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their quote. A copy has been posted at www.fbo.gov. (XII) The following clauses in their latest editions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. (XIII) The following clauses in their latest editions apply to this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIV) The Department of Labor Service Contract Act Wage Determination for State of Michigan, Forestry and Logging, WD 1981-0136 (Rev. 33) dated 06/13/2011 is currently incorporated into this solicitation; however, the current prevailing Wage Determination will be incorporated at time of award. Current determinations can be located at http://www.wdol.gov/sca.aspx. The following provisions are incorporated by reference: 52.219-1ALT I, Small Business Program Representations. 52.232-18: Availability of Funds. 52.237-1: Site Visit. 52.209-5: Certification Regarding Responsibility Matters. 52.209-7: Info Regarding Responsibility Matters. 52.222.99: Employee Rights under the Labor Relations Act. 52.233-2: Service of Protest. 252.209-7001: Disclosure of Ownership or Control by the Government of a Terrorist Country. 252.212-7000: Offeror Representations and Certifications: Commercial Items. 252.247-7022: Representation of Extent of Transportation by Sea. The following clauses are incorporated by reference: 52.203-3: Gratuities. 52.203-6 ALT 1: Restrictions on Subcontractor Sales to the Government. 52.204-4: Printed or Copied-Double Sided on Recycled Paper. 52.204-7 Central Contractor Registration. 52.204-9: Identification. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-9 Updates of Publically Available Information Regarding Responsibility Matters. 52.212-4: Contract Terms and Conditions Commercial Items. 52.212-5(dev): Contract Terms and Conditions- Required to Implement Statues or Executive Orders- Commercial Items. 52.219-6: Notice of Small Business Set Aside. 52.219-8: Utilization of Small Business Concerns. 52.219-14: Limitations on Subcontracting. 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor. 52.222-21 Prohibition Of Segregated Facilities. 52.222-26 Equal Opportunity. 52.222-35: Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era. 52.222-36, Affirmative Action for Workers With Disabilities. 52.222-37: Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era. 52.222-41 Service Contract Act of 1965. 52.222-42, Statement Of Equivalent Rates For Federal Hires. 52.222-44: Fair Labor Standards Act and Service Contract Act Price Adjustments. 52.222-50 Combating Trafficking in Persons. 52.223-18: Texting while Driving on Base. 52.225-13: Restrictions on Certain Foreign Purchases; 52.228-5: Insurance Work on a Government Installation. 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim. 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. 52.246-4: Inspection of Services-Fixed Price. 52.247-34 FOB Destination. 52.252-2, Clauses Incorporated By Reference. 52.252-6 Authorized Deviations In Clauses. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A. 252.201-7000: Contracting Officer's Representative. 252.212-7001 (DEV), Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items. 252.225-7012: Preference for Certain Domestic Commodities. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 Levies on Contract Payments. 252.243-7002: Requests for Equitable Adjustment. 252.247-7024: Notification of Transportation of Supplies by Sea. (XIV) N/A. (XV) All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: www.fbo.gov. Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the web site. They will be titled "Questions and Answers". Terms of the solicitation remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Awardee must invoice through Wide Area Work Flow (WAWF), an online invoicing system https://wawf.eb.mil/ after completion of the event. Service of Protest: IAW with the provision at 52.233-2 the following addresses shall be utilized when protests are to be filed: (1) Protest to the independent review authority shall be filed at: Office of Chief Counsel Attn: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1, Suite 11300 Arlington VA 22202-3231 Fax: (703) 607-3684 or 607-3682 (2) Protest to the Contracting Officer shall be filed at: 127 MSC Contracting Division Attn: Jeremy Starrett 43200 Maple Street, Bldg 105 Selfridge ANG Base MI 48045-5213 Fax: (586) 239-4300 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY E-MAIL GENERAL PROPOSAL INFORMATION 1. To assure timely and equitable evaluation of proposals, the offeror must follow the instructions contained herein. Offerors must submit their quote to the Contracting Officer no later than the due date/time of this solicitation The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. SPECIFIC INSTRUCTIONS. The offeror shall submit one original proposal. The proposal must contain the following information: 1. TECHNICAL CAPABILITY (A) WORK PLAN: The contractor shall describe how he/she plans to perform the contract. Included in the work plan will be a practical schedule showing the order in which the contractor will perform the work and the dates on which the contractor contemplates starting and completing and inspecting each task in accordance with the PWS. This practicable schedule must include anticipated holidays, weather delays and a timetable for wetland work. (B) CAPABILITY AND EXPERIENCE: The contractor shall describe experience in regards to tree cutting on public lands. At a minimum this description must include a company narrative, not to exceed three pages, delineating company capabilities, previous experience and years in business. In addition, the contractor shall submit a complete list of equipment and personnel who are certified in the proper use of said equipment, which will be used during the performance of this contract. The work plan and capability/experience descriptions are to be orderly and sufficiently documented in a manner sufficient to allow the Government to fully ascertain each offeror's capability and will enable the Government to perform a thorough and fair evaluation. 2. PRICE PROPOSAL Company/Commercial standard formats will also be accepted, given they follow all other instructions and provide all required information set forth in this provision. If an amendment is issued, the Contractor shall acknowledge each (A) The Line Item. The offeror shall include the unit price and total price per line item. 3. PAST PERFORMANCE: The offeror shall submit (with quote) past/present performance narratives for the firm on not less than two (2) or more than four (4) contracts that demonstrate experience in performing work that is similar in scope, size and complexity to the requirements of the Performance Work Statement (PWS) and completed within the last five years. Include awards, customer letters of commendation, etc., with points of contact and telephone numbers. (A) The past performance pages should be 8 1/2" x 11" paper or A4 paper. The proposal is due to 127 MSC Contracting Division, ATTN: Steven Stocking, 43200 Maple Street, Bldg. 105, Selfridge ANG Base, Michigan 48045, no later than 2:00 P.M., 21 September 2011. Facsimile quotes are not accepted.. E-mail quotes are preferred at 127wg.contractomb@ang.af.mil and also to steven.stocking@ang.af.mil. You will receive an email response confirming receipt of your offer by a government official. If you do not receive confirmation you may confirm receipt of your quote by calling Steven Stocking. Point of Contact for this solicitation is Steven Stocking at (586) 239-4881. EVALUATION FACTORS AND BASIS FOR AWARD (A) This evaluation will be conducted using the procedures (as specified herein) from the procedures contained in the Federal Acquisition Regulation (FAR) 15.1, specifically, FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) source selection process shall be applied. Award will be made to the Offeror who is deemed responsible and responsive that reflects a complete understanding of the services for the Request for Quote, demonstrates acceptable past performance, and is judged to represent the best value to the Government based on selection of the technically acceptable offer with the lowest evaluated price. The Government reserves the right to refrain from awarding to any contractor in the event that all Offerors progressing beyond the technically acceptable evaluation are determined to have offered pricing that is not considered realistic, reasonable, or complete. The best value is represented by the lowest priced technically acceptable offer. To be eligible for award, a quote must meet all technical requirements, conform to all required terms and conditions, and include all information required. (B) The Evaluation factors represent specific characteristics that are tied to significant RFP requirements. They are the uniform baseline against which each offeror's quote will be evaluated allowing the Government to make a determination of acceptability. The evaluation factors are: technical capability, price, and past performance. The evaluation factors shall be the determinant of the detailed information requested in the Specific Instructions. All Subfactors under Technical Capability will be evaluated separately. All non-price evaluation factors and subfactors will be evaluated on an "acceptable" or "unacceptable" basis. These factors identify the minimum requirements that are key to successful contract performance. (C) Quotes that are unrealistic in terms of technical or price may be rejected at any time during the evaluation process. (D). By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. (E) The following Evaluation Factors/subfactors will be evaluated. The non-price factors/subfactors will be evaluated on an "acceptable" or "unacceptable" basis. In order to be considered awardable, there must be an "acceptable" rating in every non-price factor/subfactor. (a) Price (b) Technical Capability (c) Past Performance PRICE An offeror's price will be evaluated for completeness and reasonableness. Unrealistically high or low proposed costs/prices may be grounds for eliminating an offer from competition on the basis that the offeror does not understand the requirement or the offeror has made an unrealistic quote. The price evaluation will document the offers total price, and determine its reasonableness and affordability. TECHNICAL CAPABILITY The Government will award a contract resulting from this solicitation which will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost elements and whose quote is from a responsible offeror, in accordance with FAR 15.101-2, Lowest Price Technically Acceptable source selection method. Technical capability of the offeror to meet the Government requirement: Technical Capability will be evaluated at the subfactor level. Technical Acceptable/Unacceptable Ratings Acceptable: Proposal clearly meets the minimum requirements of the solicitation. Unacceptable: Proposal does not clearly meet the minimum requirements of the solicitation The following technical capability subfactors will be considered: Subfactor 1, WORK PLAN: The contractor shall describe how he/she plans to perform the contract. Included in the work plan will be a practical schedule showing the order in which the contractor will perform the work and the dates on which the contractor contemplates starting and completing and inspecting each task in accordance with the PWS. This practicable schedule must include anticipated holidays, weather delays and a timetable for wetland work. STANDARD OF ACCEPTABILITY: To be acceptable, the proposed work plan must demonstrate the ability to complete the project within 180 days after contract award and also include a practicable time table for wetland work. Subfactor 2, CAPABILITY AND EXPERIENCE: The contractor shall describe experience in regards to tree cutting on public lands. At a minimum this description must include a company narrative, not to exceed three pages, delineating company capabilities, previous experience and years in business. In addition, the contractor shall submit a complete list of equipment and personnel who are certified in the proper use of said equipment, which will be used during the performance of this contract. STANDARD OF ACCEPTABILITY: To be acceptable, the capability and experience description must demonstrate related experience and adequate capability to perform public land tree cutting projects, of similar size and scope to the requirements outlined in the PWS dated 17 August 2011. PAST PERFORMANCE The offeror shall submit (with quote) past/present performance narratives for the firm on not less than two (2) or more than four (4) contracts that demonstrate experience in performing work that is similar in scope, size and complexity to the requirements of the Performance Work Statement (PWS). Include awards, customer letters of commendation, etc., with points of contact and telephone numbers. Past performance information will also be obtained from any other sources available to the Government to include, but not limited to, PPIRS or other databases; interviews with Program Managers, Contracting Officers, and Fee-Determining Officials; and the Defense Contract Management Agency. There are two aspects to the past performance evaluation. The first is to evaluate whether or not the offeror's present/past performance is recent and relevant to the requirements outlined in the PWS dated 17 August 2011. The second aspect of the past performance evaluation is to determine how well the contractor performed on those contracts. RELEVANCY In assessing if paste performance is recent and relevant, the Government may evaluate an offeror's references for similarity to the scope of this requirement, such as scope/type of contracts/projects, cost magnitude of projects as it relates to price, client type and location of work performed as it relates to the location of work to be performed under this contract. Projects completed within 5 years will be considered recent for purposes of establishing relevancy. Past Performance will be rated either relevant or not relevant. If no relevant pat performance is found, past performance will be considered unknown. PAST PERFORMANCE STANDARD OF ACCEPTABILITY: Past performance will be rated either Acceptable or Unacceptable. Rating Description Acceptable-- Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable-- Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a) (2) (iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable. Offerors are hereby notified that their quotes MUST satisfy ALL of the above listed technical evaluation elements and associated standards of acceptability. Failure to satisfy any one, or combination of, or all of the above listed elements and standards will automatically render the entire Technical Capabilities quote as "Unacceptable." The Technical Evaluators will use their professional judgment on how the offeror has presented all the requirements to determine if the contractor has the technical capability to successfully complete the project. If multiple requirements are either missing or unacceptable, this may indicate an inability of the offeror to understand and successfully complete the services per the technical requirements submission. The United States Government (USG) intends to make award without discussions, but maintains the right to hold discussions if it so determines. DISPOSITION OF UNSUCCESSFUL QUOTES In compliance with FAR subpart 4.8, the government will retain one copy of all unsuccessful quotes. Extra copies of such unsuccessful quote will be destroyed by the government. CONFIDENTIALITY All pricing information will be treated as confidential and is not releasable to others outside the process required to award a contract. This information will be used only for the purpose intended and under no circumstances will the information be given any other contractor without the written consent of the owner of the information or as is required by the Freedom of Information Act (FOIA).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB11R4011/listing.html)
- Place of Performance
- Address: 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
- Zip Code: 48045-5213
- Zip Code: 48045-5213
- Record
- SN02563300-W 20110908/110906235302-a83e11dc8c3156e1f8bab52a63cf86b9 (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 |