Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOLICITATION NOTICE

J -- Mullet Creek (12N27) Timber Sale - Package #1

Notice Date
2/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
113110 — Timber Tract Operations
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-18-Q-4008
 
Archive Date
3/20/2018
 
Point of Contact
Christine Young, Phone: 850-882-3098
 
E-Mail Address
christine.young.1@us.af.mil
(christine.young.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Map 2 Vinicity, Mullet Creek Map 1 Acres, Mullet Creek Statement of Work, dated 20 Dec 2018 Mullet Creek (12N27) Solicitation FA2823-18-Q-4008, Mullet Creek Timber Sale, 12N27 AFTC/PZIOC (Eglin AFB, FL) contracting division intends to solicit and award a Firm-Fixed Price "Sales" contract for a timber sale at Eglin Air Force Base (AFB), FL. The contractor shall provide all management, tools, supplies, transportation, equipment, and labor necessary for 12N27 Mullet Creek timber removal services at Eglin AFB, FL in accordance with the attached Statement of Work (SOW), SF1449 Solicitation, and maps. This award will consist of one contract line item number CLIN (0001) with 548 acres that contains approximately 32,300 tons of pine timber. 1. 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; quotations are being requested and a written solicitation will not be issued. 2. Solicitation number: FA2823-18-Q-4008. Offerors shall comply with the entire SF1449 solicitation document (FA2823-18-Q-4008) attached to this notice for applicable instructions, provisions, and clauses. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition and are included in the SF1449: 52.212-1, Instructions to Offerors -- Commercial, 52.212-2, Evaluation, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 3. The following Attachments to this notice include the: (1) SF1449 Solicitation Number ( FA2823-18-Q-4008 ); (2) Statement of Work titled "Statement of Work for 12N27, Long Creek Timber Sale" and dated 20 December 2017; (3) Map 1, Acres; (4) Map 2, Vicinity. 4. The NAICS code is 113310. This solicitation is unrestricted and being procured using full and open competition. 5. Quotes shall be submitted by inserting: (1) the unit price; (2) amount price; and (3) and net amount price in CLIN 0001 (page 3) of the SF1449. The amounts can be hand-written in and must be readable. (1) Insert the offeror's price per unit under UNIT PRICE in CLIN 0001. (2) Insert the offeror's total price amount under the word AMOUNT in CLIN 0001 (which should equal 32,300 Actual Tons - multiplied by the offeror's unit price). (3) Insert the offeror's total price amount again to the right of the words NET AMT in CLIN 0001 - under the line. Offerors shall also complete/fill in Blocks 30a. (SIGNATURE OF OFFEROR/CONTRACTOR; 30B. NAME AND TITLE OF SIGNER; and 30c. DATE SIGNED - on the cover page SF 1449 bottom left corner. Offerors are only required to return the filled out SF1449 cover page and page 3 (with CLIN 0001). 6. Payment for this sale will be on a lump-sum basis, where the winning offeror pays 100% of the offered price prior to the beginning period of performance and upon execution of the contract. 7. The winning offeror shall schedule and attend a conference and contract signing with the Government no later than 14 calendar days upon award notification. NOTE: Prior to the conference, the selected/winning offeror shall provide the following: (1) proof of financial responsibility document from their financial institution; sample letter will be provided by the government, and (2) evidence of general liability and property damage liability insurance to be submitted by contractor's insurer. During the conference, a list of all haul vehicles or trailer numbers with state license tag numbers must be provided. Failure to provide the above requirements will deem the offer ineligible for award/non-responsive. 8. The Performance Period will be for a total of 18 months. 9. Offers due date/time. Solicitation package responses shall be received electronically no later than 10:00 AM CST on 05 March 2018. Questions (if applicable) shall be received electronically No Later Than (NLT) 10:00 AM CST 15 February 2018. Government will provide responses/answers (if required) by an amendment. The Government anticipates posting the responding amendment NLT 10:00 AM 26 February 2018. 10. Required Quotation Package Vendors shall submit quote package electronically (by e-mail) and the Government shall receive the package not later than the established date and time (10:00 AM CST on 05 March 2018). Electronic mail (e-mail) submission to the below email address is the only acceptable method to submit a response to this solicitation. Point of Contact: Christine "Chris" Young, AFTC/PZIOC, Contract Specialist, christine.young.1@us.af.mil, 850.882.3098 11. No official site visit will be held. However, potential offerors are highly encouraged to schedule visiting/inspecting the site prior to the solicitation closing date and time. Offerors need to contact one of the Jackson Guard personnel by calling either Phil Carter or Dale Gartman. Contact information: Phil Carter's office 850-883-1129 or cell 850-951-3723 and Dale Gartman's office at 850-883-1128 or cell 850-978-2885.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/307d0897cd8e2def2f3582e8ba1388ca)
 
Place of Performance
Address: 308 West D Ave., Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
Zip Code: 32542-5418
 
Record
SN04807875-W 20180203/180201232151-307d0897cd8e2def2f3582e8ba1388ca (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.