SOLICITATION NOTICE
S -- Aerial Herbicide Spraying Craney Island - Package #1
- Notice Date
- 7/6/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-16-T-0010
- Archive Date
- 7/19/2016
- Point of Contact
- Garland D Cooper, Phone: 7572017748
- E-Mail Address
-
garland.d.cooper@us.army.mil
(garland.d.cooper@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule This is a combined synopsis/solicitation for commercial services, reference number W91236-16-T-0010, prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures as authorized by FAR Class Deviation- 2015-O0004, Permanent Authority for Use of Simplified Acquisition Procedures for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and an additional written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-88 and DFARS Change Notice 30 Jun 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This requirement is 100% set-aside for small business concerns. The NAICS code is 561710, and the small business size standard is 11 million dollars. Wage Determination 95-0317, Rev 37, dated 12/29/2015 is applicable to this solicitation. The award resulting from this contract will be a firm-fixed price contract. The U.S. Army Corps of Engineers has a requirement for a vendor to provide a single 500 acre Aerial application of herbicide necessary for the upkeep of the Craney Island Dredged Material Management Area in Portsmouth, Virginia per the attached Performance Work Statement and Bid Schedule. The period of performance for this contract is anticipated to be Sept 1 - Nov 30 2016. Unless otherwise specified in the proposed contract resulting from this solicitation, the contractor is responsible for the performance of quality control. Inspection and Acceptance shall be performed by the Government. Quote Submission Requirements When submitting your quote, please provide a unit price and extended total on the Bid Schedule provided for all bid items, and provide total of all bid items. Failure to address this area of the RFQ may result in your quote not being considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation requirements and offers the lowest price. Offerors shall provide the following company information: Company Name Address City State CAGE Code DUNS TIN Point of Contact Name Phone Email Clauses incorporated by Reference The following FAR provisions and clauses are applicable to this procurement: CLAUSES INCORPORATED BY REFERENCE 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment 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 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.233-3, Protest After Award 52.243-1 Alt II, Changes--Fixed Price 52.252-2, Clauses Incorporated By Reference 252.201-7000, Contracting Officer's Representative 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items 252.225-7012, Preference for Certain Domestic Commodities 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests for Equitable Adjustment The above provisions and clauses can be found at http://farsite.hill.af.mil. All firms must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/. Registration is free and can be completed online. This announcement will close and quotes are due by 2:00 PM (EST) 19 Jul 2016. Late quotes will be handled in accordance with 52.212-1(f). Signed and dated offers, to include pricing of all items, must be submitted to US Army Corps of Engineers, Norfolk District Contracting Office, Attn: Garland Cooper, Phone (757) 201-7748, E-mail garland.d.cooper@usace.army.mil. Please reference solicitation number W91236-16-T-0010 in the subject of the email when submitting quotes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-16-T-0010/listing.html)
- Place of Performance
- Address: Craney Island Dredged Material Management Area (CIDMMA), Portsmouth, Virginia, United States
- Record
- SN04172363-W 20160708/160706234654-0e68c7b7918dfed459f29fae3a2f6004 (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 |