Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2014 FBO #4520
MODIFICATION

F -- Tree Shearing Services

Notice Date
4/8/2014
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX-14-T-0087
 
Response Due
4/14/2014
 
Archive Date
6/7/2014
 
Point of Contact
Jeffery W. Johnson, 785-240-3954
 
E-Mail Address
MICC - Fort Riley
(jeffery.w.johnson.civ@mail.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 services 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. (i) This Solicitation W911RX-14-T-0087 is issued as a Request for Quote (RFQ) for Tree Shearing Services. (ii) The Solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-66, effective February 28, 2013. (iii) Notice of Total Small Business Set-Aside: This is a Total Small Business set aside to all small business vendors with the NAICS Code of 561730 and size standard is $4.0M. Quotes received from other than SB concerns will be rejected. This solicitation is issued under FAR Part 13, Simplified Acquisition Procedures. (iv) This requirement is to provide tree shearing from Training Areas 97-100 located on Fort Riley, Ks. See Performance Work Statement (AMENDED)(Attachment 5) for specific details. Please provide quotes in the spaces provided below and return this Combined Synopsis/Solicitation in accordance with paragraph (xii): CLIN 0001: Training Area 97 Tree Shearing Services.1 Job$_________________ CLIN 0002: Training Area 99 Tree Shearing Services.1 Job$_________________ CLIN 0003: Contract Manpower Reporting1 Job$_________________ CLIN 0004: Training Area 98 Tree Shearing Services.1 Job$_________________ (This is an optional CLIN. The Government will exercise upon the availability of funds.) CLIN 0005: Training Area 100 Tree Shearing Services.1 Job$_________________ (This is an optional CLIN. The Government will exercise upon the availability of funds.) NET AMT_________________ (v) This requirement will be Firm Fixed Price contract vehicle. (vi) Period of Performance Period I: 1 April 2014 - 15 May 2014 Period II: 01 August 2014 - 15 May 2015 (All four areas must be complete NLT 15 May 2015) (vii) Site Visit Information: A Site Visit will be begin on 7 April 2014 at 0900 hours CST. Site Visit Registration is attached in Exhibit C. (viii) Provisions and Clauses a. The following provisions apply to this acquisition: FAR 52.204-8, Annual Representations and Certifications; FAR 52.212-1, Instruction to Offerors - Commercial Items, FAR Addendum to 52.212-1. Quoters shall provide quotes in the spaces allowed on this Combined Synopsis/Solicitation. Quotations shall include unit price and extended prices. In case of variation between the unit price and the extension, the unit price will be considered to be the quote. 52.212-2, Evaluation - Commercial Items. The Government will evaluate quotes in response to this request and award a purchase order/contract to the responsible quoter whose quote conforming to this request, will be most advantageous to the Government considering price. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Quoters are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial items as part of their quotation. FAR 52.216-1, Type of Contract; 52.233-2, Service of Protest; 52.237-1, Site Visit and Addendum to 52.237-1; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). DFARS 252.204-7007, Annual Representations and Certifications; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. b. Applicable Clauses: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 52.223-2, Affirmative Procurement of Biobased Products under Service and Construction Contracts; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.223-10, Waste Reduction Information; 52.223-17, Affirmative Procurement of EPA Designated Items in Service and Construction Contracts; 52.228-5, Insurance - Work on a Government Installation; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil) c. Applicable clauses under FAR 52.212-5: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contract with Inverted Domestic Corporations; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post-Award Small Business Program Representation; 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Set-Aside; 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 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, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-50 Combating Trafficking in Persons, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases, 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; 52.222-41 Service Contract Act of 1965 d. Applicable clauses DFARS 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006, Wide Area Workflow Payment Instructions; 252.243-7001, Pricing of Contract Modifications; 252.247-7023 Transportation of Supplies by Sea and 5152.233-4000 AMC-Level Protest Program (Feb 2014). (ix) APPLICABE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Attachment 5 Wage Determination No: 2005-2213 (Rev 14) dated 6/19/2013. A copy of this Wage Determination can be found at http://www.wdol.gov. (x) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 quote mark Statement of Equivalent Rates for Federal Hire, quote mark incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Laborer, Grounds Maintenance, GS-3502-04/02, $16.14; Heavy Equipment Operator, GS-5803-08/02, $21.46; and Tractor Operator, GS-5705-06/02, $18.85. (xii) Submission of quotations shall be received by April 14, 2014, 12:00 AM EST using e-mail at; jeffery.w.johnson.civ@mail.mil; include Wilfredo Delatorre at wilfredo.s.delatorre.civ@mail.mil, and/or by fax at 785-239-5740. All quoters agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. It is highly encouraged that the Contractor read 52.212-1, Instructions to Offerors - Commercial Items, paragraph (A) for electronic commerce transmissions. (xiii) Submit all questions or requests for synopsis/solicitation clarifications in writing (via e-mail) to jeffery.w.johnson.civ@mail.mil. All questions must be submitted prior to 11 April 2014 at 2:00 PM CST to allow a reasonable time for the Government to respond. All questions submitted after that time and date may not be answered. (ix) List of Attachments and Exhibits: Attachments Attachment 1: Performance Requirements Summary Attachment 2: Sample QC Report Attachment 3: Fort Riley Maps and Aerial Photos Attachment 4: WD 05-2013; Rev 14: 06/19/2013 Attachment 5: Performance Work Statement Exhibits Exhibit A: Deliverables / Submittals Exhibit B: PreAward Survey Request Exhibit C: Site Visit Registration
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b26bdc68d8fb7ee9473ff75f7ad3d560)
 
Place of Performance
Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN03333534-W 20140410/140409022440-b26bdc68d8fb7ee9473ff75f7ad3d560 (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.