Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2014 FBO #4775
MODIFICATION

F -- JB Charleston - Waepons Station Timber Sale

Notice Date
12/19/2014
 
Notice Type
Modification/Amendment
 
NAICS
113310 — Logging
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-15-Q-0001
 
Archive Date
1/13/2015
 
Point of Contact
Donald E. Knight, Phone: 8439635613, Robert R. Melton, Phone: 8439635157
 
E-Mail Address
donald.knight.4@us.af.mil, robert.melton.06@us.af.mil
(donald.knight.4@us.af.mil, robert.melton.06@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Purpose of Amendment #2 is to change the closing date from 22 DEC 14 to 29 DEC 14. COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)). (i) 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. FAR 13.5 also applies. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418-15-Q-0001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, Dated 25 November 2014. (iv) Contractors shall submit a price-per-ton quote to purchase timber at Joint Base Charleston - Weapons Station Restricted Area in accordance with the Performance Work Statement. A HIGHLY ENCOURAGED SITE visit will be conducted at Joint Base Charleston - Weapons Station at 0900 on Wednesday 17 December 2014. All prospective Offerors shall meet at the Red Bank Club parking lot 15 minutes prior to 0900. All prospective Offerors are urged to attend this conference and are requested to contact Mr. Donald Knight, Contract Specialist at (843) 963-5163 or by email at donald.knight.4@us.af.mil NLT 16 December 2014 if they plan to attend. Special arrangements will be required to gain access to Joint Base Charleston Weapons Station and to NPTU. Offerors are cautioned that JB CHS Weapons Station has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance.) All responsible sources may submit a quotation, which shall be considered. (v) Restricted area timber sale in accordance with attached performance work statement and request for quotation on Joint Base Charleston - Weapons Station, South Carolina. (vi) Timber harvesting shall be complete within one (1) calendar year after issuance of notice to proceed. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. (viii) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Past Performance. 2. Price - The Government will evaluate the total price of the offer for award purposes. Past performance is significantly more important than price. If the highest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of "recent" and "relevant" projects that have occurred. "Recent" is defined as; projects within the past three years. "Relevant" is defined as; Performance effort involved essentially the same magnitude of effort and complexity this RFQ requires. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-35, Equal Opportunity for Veterans • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xii) The following additional clauses are applicable to this procurement. • FAR 52.204-7, System for Award Management • FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination # 1975-0208 (rev. 42) dated 07/25/2014. • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 08130 Forestry Equipment Operator WG-6 $17.72 + 36.5% Fringes • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.228-5, Insurance-Work on a Government Installation, • FAR 52.228-15, Performance and Payment Bonds • FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) • DFARS 252.204-7004, Alternate A, System for Award Management • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012) (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 interested 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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregory ONeal, AFICA/KM, 042 Scott Drive, Unit 2A2, Scott AFB, IL, 62225, phone (618) 229-0267, fax (618) 256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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). • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 29 December 2014 no later than 2:00 PM Eastern Standard Time. Requests should be marked with solicitation number FA4418-15-Q-0001. (xvi) Address questions to Mr. Donald Knight, Contract Specialist, at (843) 963-5163 or by email at donald.knight.4@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-15-Q-0001/listing.html)
 
Place of Performance
Address: JB Charleston - Weapons Station, JB Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03601294-W 20141221/141219234741-19ff9664e203d1b1be69315369ee9d78 (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.