Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
SOLICITATION NOTICE

87 -- Soil Amendments Camp Lejeune, North Carolina

Notice Date
6/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700112Q0220
 
Response Due
6/29/2012
 
Archive Date
7/14/2012
 
Point of Contact
Thomas Kunish 910-451-7844
 
E-Mail Address
thomoas.kunish@usmc.mil
(thomoas.kunish@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication. A written solicitation will not be issued. All responsible sources may submit a quote which, if timely received must be considered by the agency. The solicitation number M67001-12-Q-0220 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56 and DCN 20100413. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 115112 and the business size standard is $7.0M. The Marine Corps Installations East Contracting Department, Camp Lejeune, North Carolina 28547 has a requirement for: CLIN 0001 20 small fields (approximately 72 acres). Period of Performance: July 1, 2012 through August 1, 2013. Application of 12 tons of 13-13-13 @ 500 lbs per acre. Quantity: 1 LOT. CLIN 0002 150 small fields (approximately 200 acres). Period of Performance: July 1, 2012 through Aug 1, 2013. Application of 30 tons of bulk lime @ 500-1000 lbs per acre. Quantity: 1 LOT. CLIN 0003 small fields (approximately 200 acres) to include seed/fertilizer mixture. Period of Performance: August 20, 2012 through Aug 1, 2013. Application of 60 tons of 13-13-13 @ 500 lbs per acre. Quantity: 1 LOT. All responsible sources may submit a response which, if timely received, must be considered by the agency. The Government will award the contract to the quoter who represents the lowest price technically acceptable. Offerors are responsible for ensuring their submitted quote has been received and is legible. Submit quote, technical specifications, and any questions to thomas.kunish@usmc.mil. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-20 Prohibition of Segregated Facilities; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; 52.222-26 Affirmative Action for Workers with Disabilities; 52.232-33 Payment by Electronic Fund Transfer; 52.223-18 Contractor Texting. The following Defense Federal Acquisition Regulation Supplement ( DFARS) clauses are applicable to the acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 (Alt A.) Central Contractor Registration; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.204-7003 Control of Government Personnel Work Product; 252.243-7001 Pricing of Contract Modifications. QUOTER SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Quoter is required to provide their Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters must be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Description of Work: Soil amendments for wildlife clearings (fertilizer and lime) FY 2012 for LWRS-ECON Natural Resources Division, Camp Lejeune, NC 28542. Contractor Responsibilities and Scope of Work 1.The Contractor shall have a four wheeled drive application vehicle capable of traversing rough roads, uneven terrain, and moist application areas. 2. The contractor shall provide bulk fertilizer to be applied at designated times of the year in 20 small fields (approximately 72 acres) and 150 small fields (approximately 200 acres). 3.The contractor shall provide bulk lime to be applied on up to 150 small fields (approximately 200 acres) in accordance with the period of performance 4.The contractor shall provide blending of 4,000 lbs seed provided by the government with 10 tons of fertilizer (2 loads gross weight 6 tons, 1 ton seed, 5 tons fertilizer) provided by the contractor. Spreading of seeds and fertilizer mixture shall be conducted from August 2012 through January 2013. ( All small fields are managed for game and non-game wildlife species. Fields in size from 0.5 to 7.5 acres, have good access roads, and are distributed throughout the forested areas on the installation.) 5.The contractor shall be responsible for maintaining serviceable equipment that shall meet the requirements of the contract. 6.The contractor shall coordinate with the technical POC for all schedule applications of fertilizer, lime, and seeding. Government Responsibilities and Furnished Items 1.The government will provide a map of wildlife clearing locations as well as provide coordination with Range Control for access to field locations. 2.The government will escort contractor application vehicle to and from application sites. 3.The government will provide the 4000 pounds (80 bags) of seed to be blended with 10 tons of fertilizer for fall application. 4.The government will not be responsible for assisting with recovery due to equipment failure or usage of equipment that is inappropriate for conducting work on land conditions previously identified. Scope of Work The government will contact vendor to schedule application dates on or about. 1.20 small fields (approximately 72 acres). Period of Performance: July 1, 2012 through August 1, 2013. Application of 12 tons of 13-13-13 @ 500 lbs per acre. 2.150 small fields (approximately 200 acres). Period of Performance: July 1, 2012 through Aug 1, 2013. Application of 30 tons of bulk lime @ 500-1000 lbs per acre. 3.150 small fields (approximately 200 acres) to include seed/fertilizer mixture. Period of Performance: August 20, 2012 through Aug 1, 2013. Application of 60 tons of 13-13-13 @ 500 lbs per acre. Technical POC: The technical POC for this service contract is Martin Korenek at (910) 451-7235. Site Visit A site visit is scheduled on Thursday, June 28, 2012 at 9.00A.M EST local time. Quoters desiring a site visit shall contact Thomas Kunish via e-mail Thomas.Kunish@usmc.mil. Quoters are asked to keep attendees to a minimum, please limit the number of attendees to two (2). The purpose of the site visit will be to visit areas that will require services. To attend the site visit, you must provide the following information via e-mail indicating company name, company representatives, telephone number, number of persons attending, by close of business June 25, 2012. All questions must be submitted in writing within one day from date of thesite visit. NOTE: Questions received after that date will not be answered. Following the site visit, the Government will furnish all prospective quoters a set of questions and answers, Regardless of whether or not they attended the site visit. Quoters are cautioned that remarks and explanations at the site visit will not change the terms of the solicitation unless the solicitation is amended in writing by the Contracting Officer. The closing date for this solicitation is June 29, 2012 at 08:00 A.M. Eastern Standard Time. Quoters are responsible for ensuring that their submitted quote has been received and legible. Submit quotes to thomas.kunish@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0220/listing.html)
 
Record
SN02783228-W 20120623/120622000452-f7b690346edec84a87aa4345aabdca75 (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.