Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SOLICITATION NOTICE

F -- Timber Stand Improvement - Eglin AFB, FL - Appendix B - Clauses - Appendix C - Technical Evaluation - Appendix A - Bid Schedule - Addendum to FAR 52.212-1 - TSI PWS - 18 Aug 2014 - Evaluation - Commercial Items

Notice Date
8/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - Eglin, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
FA2823-14-R-4031
 
Archive Date
9/19/2014
 
Point of Contact
Jonathan T. Post, Phone: 8508220277, Jodi L. Zellers, Phone: 850-882-0255
 
E-Mail Address
jonathan.post.1@us.af.mil, jodi.zellers@us.af.mil
(jonathan.post.1@us.af.mil, jodi.zellers@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Evaluation - Commercial Items Performance Work Statement - 18 August 2014 Addendum to FAR 52.212-1 Appendix A - Bid Schedule Appendix C - Technical Evaluation Appendix B - Clauses Combined Synopsis/Solicitation Timber Stand Improvement (TSI) FA2823-14-R-4031 This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (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. The announcement number is FA2823-14-R-4031. This is a 100% Total HUBZone set-aside only acquisition in accordance with (IAW) FAR 19.1305. The North American Industry Classification System (NAICS) is 115310 and the small business size standard is $7.5 million. Please identify your business size in your response based upon this standard. Prospective offerors must be registered on the System for Award Management (SAM) website at www.sam.gov with the applicable NAICS code (115310) listed in the offeror's representations and certifications before award can be made. Please provide DUNS and/or Cage Code. Offerors are advised to include a completed copy of provision 52.212-3, Offer Representations and Certifications - Commercial Items and provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law, with their offer. Evaluation will be based on best value acquisition utilizing Lowest Price Technically Acceptable (LPTA) basis IAW FAR 15.101-2 and the award will be made to the lowest priced offeror that meets the minimum requirement. In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the offer that provides the best value to the Government after consideration of technical and price aspects of the offer. REQUIREMENT: The AFTC Installation Contracting Division, Eglin AFB, FL intends to solicit and award a firm-fixed price Indefinite Delivery / Indefinite Quantity contract for TSI at Eglin AFB, FL. The resulting contract will be a contract with one (1) base year and four (4) one-year options with an optional six (6) month extension. The Contractor shall furnish all personnel, equipment, tools, materials, supervision and other items and services necessary to perform all Timber Stand Improvement Ecosystem Restoration services, task and functions for Eglin AFB, as defined within the Performance Work Statement (PWS) not to exceed 6,000 acres per year. Actual quantity of work will be dependent on funding. The minimum order for the base year will be 1,000 acres. PERIOD OF PERFORMANCE: BASE: 29 September 14 through 28 September 15 OPTION 1: 29 September 15 through 28 September 16 OPTION 2: 29 September 16 through 28 September 17 OPTION 3: 29 September 17 through 28 September 18 OPTION 4: 29 September 18 through 28 September 19 CLIN STRUCTURE: See Appendix A - Bid Schedule and price each CLIN for the base year and all option years to include the optional 6 month extension. All CLINs should be added together to get a total contract price. Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated as indicated by the application of price analysis techniques. The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub-line items. Offerors that are determined to be unbalanced may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. The vendor agrees to hold the prices in its proposal firm for 30 calendar days from the date specified for receipt of proposal. Proposal or modification of proposal, received at the address specified for the receipt of offers after the exact time specified WILL NOT be considered. A site visit, if requested, will be held on 27 August 2014. A time and meeting location will be posted if a site visit is requested. Questions and requests for clarifications regarding this Request for Quotation are due no later than 3:00 P.M. CST on 28 August 2014. Responses to questions and requests for clarifications will be posted as an amendment to this solicitation no later than 4:00 P.M. CST on 29 August 2014. Responses to the Request for Proposal must be received no later than 04:00 P.M. CST on 04 September 2014. Respondents shall include a Point of Contact (POC) to include name, position, telephone number, and email address. Please forward any questions and responses to Jonathan Post at jonathan.post.1@us.af.mil and MSgt Jodi Zellers at jodi.zellers@us.af.mil. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76, Defense Acquisition Circular (DPN 20140805), and Air Force Acquisition Circulars (AFAC) 2014-0421. They may be accessed via the internet at http://farsite.hill.af.mil. See Appendix B - Clauses for a list of clauses incorporated by reference and full text. ATTACHMENTS: 1. Performance Work Statement (PWS) dated 18 August 14 2. 52.212-1 Addendum to FAR 52.212-1, Instructions of Offerors - Commercial Items 3. Evaluation - Commercial Items 4. Appendix A - Bid Schedule 5. Appendix B - Clauses 6. Appendix C - Technical Acceptability Worksheet (Not To Be Returned)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA2823-14-R-4031/listing.html)
 
Place of Performance
Address: Various locations throughout the Eglin AFB Reservation., Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03472385-W 20140822/140820235412-e646c05f73c8ca456e55bbc27ad1fd60 (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.