Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2013 FBO #4228
SOLICITATION NOTICE

S -- Clear/Cut Runway Vegetation - Statement of Work - Offer Schedule - Clause 52.212-3 - Site Map - Wage Determination

Notice Date
6/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FTEV131044A
 
Archive Date
7/31/2013
 
Point of Contact
1 SOCONS/LGCA, , Cole B Johnson, Phone: 8058841263
 
E-Mail Address
1SOCONS.LGCA2@Hurlburt.af.mil, Cole.Johnson@hurlburt.af.mil
(1SOCONS.LGCA2@Hurlburt.af.mil, Cole.Johnson@hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Site Map Clause 52.212-3 Representations and Certifications Offer Schedule Statement of Work 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. Solicitation Number FTEV121033 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66, effective 1 April 2013. This acquisition is 100% set-aside for Small Business Concerns. The North American Industry Classification System (NAICS) code for this project is 561730, and Standard Industrial Classification (SIC) code 0783. The Size Standard for NAICS 561730 is $7M. Notice to Offerors: Funds are not presently available for this project and no award will be made under this solicitation until funds are available. Bid acceptance period should be valid through 30 Sep 13. The government reserves the right to cancel this solicitation, either on or before 1 Oct 13, with no obligation to the offeror by the government. Due to sequestration as a result of the Budget Control Act of 2011 and the Consolidated and Further Continuing Appropriations Act of 2013, the government reserves the right to cancel bids. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Contract Line Item (CLIN) 0001, Tree and Brush Clearing as defined in the Statement of Work. See attached Statement of Work for description of the requirement. Delivery Terms are FOB Destination for Hurlburt Field, Florida 32544 in accordance with the attached Statement of Work. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCC, Attn: Cole Johnson, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by July 19, 2013, 2:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number FTEV 131044A. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to 1SOCONS.LGCA2@hurlburt.af.mil and cole.johnson@hurlburt.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. A site visit will be conducted on June 27, 2013 at 9:00 a.m. CST. The site visit will start at the Contracting Office 350 Tully Street, Building 90339 Hurlburt Field, FL 32544 and end at the Contracting Office. If your company plans on attending the site visit, please email or call SSgt Cole Johnson @ cole.johnson@hulrburt.af.mil or 850-884-1263. The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer. Technical acceptibility will be determined by the following: Offerors shall submit past performance documentation showing experience cutting and clearing wetlands. To be considered technically acceptable, the contractor shall provide documentation on two or more (not more than five) past or current projects of similar size and complexity (within 25% the size of this project or larger). This document may be in the form of a listing of prior contracts (commercial or Government) and state at a minimum the following information: 1. The contract number & customer POC name and number 2. The approximate number of acres of wetlands cleared/number of acres of non-wetlands cleared 3. The contract dollar amount. 4. Specific type/model number information for low gravity equipment used on the contract Additionally, the offeror shall submit 5. Documentation in the form of the manufacturer's literature or other fully descriptive literature detailing the type/model number low gravity equipment to be used to clear and cut the wetlands on this project. The specifications must include the required ≤2 PSI per sq ft specifications of the equipment. Offer Schedule - The offeror shall submit a completed a copy of the attached offer schedule. FAR 52.212-3 (Dec 12) The full text of this clauses and provision may be assessed electronically at the website: http://farsite.hill.af.mil or on Attachment 5. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013) also apply to this Request for Proposal. The individual provisions/clauses below which are included in FAR 52.212-5 and have been identified by the Contracting Officer as applicable to this solicitation are listed here: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-25, Affirmative Action Compliance (Apr 1984). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-50 -- Combating Trafficking in Persons (Feb 2009) 52.232-23 -- Assignment of Claims (Jan 1986) 52.233-3 -- Protest After Award (Aug 1996) 52.233-4 -- Applicable Law for Breach of Contract Claim. (Oct 2004) 252.203-7000 --Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005--Representation Relating to Compensation of Former DoD Officials. (May 2013) 252.204-7011--Alternative Line Item Structure. (Sep 2011) 252.223-7006 --Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 2012) 252.232-7003--Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2009) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) 5352.201-9101 OMBUDSMAN (APR 2010) OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Col Tara L. Morrison, HQ AFSOC/A7K, 427 Cody Avenue, Suite 225, Hurlburt Field, FL 32544; Phone: (850) 884-3990, fax: (850) 884-2476. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 Health and Safety on Government Installations HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) and 252.247-7023, Transportation of Supplies by Sea, Alt III (May 2002). Point of contact is Cole Johnson, Contract Specialist, Phone (850) 884-1263, email: cole.johnson@hurlburt.af.mil; David Jesmain, Contracting Officer, (850) 884-3262, email: david.jesmain@hurlburt.af.mil. List of Attachments: 1. Statement of Work 2. Offer Schedule 3. WD 05-3033 (Rev.-12) dated 06/13/2012 4. Site Map 5. 52.212-3 Full Text
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FTEV131044A/listing.html)
 
Place of Performance
Address: Hurlburt Field, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN03094793-W 20130622/130620234932-717b4dd2b36245bce62ba49fa4f0a96c (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.