Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOLICITATION NOTICE

F -- 183d Wing Tree Removal and Disposal - Tree Removal Site Plan - Request for Information - Performance Work Statement

Notice Date
2/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, National Guard Bureau, 183 MSG/MSC, IL ANG, CAPITOL AIRPORT, 3101 J. DAVID JONES PARKWAY, SPRINGFIELD, Illinois, 62707-5001, United States
 
ZIP Code
62707-5001
 
Solicitation Number
W91SMC-18-Q-7002
 
Point of Contact
Rachel Clark, Phone: 2177571252, Alicia C. Braun, Phone: 2177571265
 
E-Mail Address
rachel.e.clark18.mil@mail.mil, alicia.c.braun.mil@mail.mil
(rachel.e.clark18.mil@mail.mil, alicia.c.braun.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Request for Information Tree Removal Site Plan This is a combined synopsis/solicitation for a one-time commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System for Award Management database @ www.sam.gov and shall be considered for award. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) W91SMC-18-Q-7002. Submit written offers in accordance with (IAW) the Contract Line Item Number (CLIN) structure outlined in announcement. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 (effective 06 Nov 2017). This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(b). North American Industrial Classification Standard (NAICS) 561730 "Landscaping Services", and Size Standard of $7.5M applies to this procurement. RFQ Submission For Tree Removal and Disposal: 1. Quotes should conform to the CLIN structure as established in RFQ Submission Format. 2. Quotes shall be valid for a minimum of 60 days. 3. Please see attached Performance Work Statement (PWS) for detailed description of requirements. 4. Quotes must be submitted to TSgt Alicia Braun and SrA Rachel Clark via email at alicia.c.braun.mil@mail.mil and rachel.e.clark18.mil@mail.mil NLT 12:00 PM CST, 28 February 2018. 5. The resulting contract will be Firm-Fixed Price (FFP) and the Period of Performance is 30 days from the date of contract award. 6. All questions should be submitted by email to the contracting office no later than close of business on 20 February, 2018, using the Request for Information (RFI) template provided. CLIN 0001 Tree Removal and Disposal QTY 1 Job The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services necessary to perform the removal and disposal of 13 trees, 6 of which are Ash trees and shall be disposed of according to established procedures and commercial standards. Reference the attached TREE REMOVAL Site Plan and Performance Work Statement (PWS) Tree Removal and Disposal FY 2018 for more detailed specifications. CLIN 0002 Contractor Manpower Reporting QTY 1 Job In Accordance with Sections 235 and 233a of Title 10, United States Code, the contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Illinois Air National Guard via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://ecmra.mil. Performance Location The removal of the trees will be performed at the 183d Wing, Abraham Lincoln Capital Airport, 3101 J David Jones Parkway, Springfield, IL 62707. The following clauses are incorporated by reference in the solicitation and the resulting contract: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-41 Service Contract Labor Standards 52.222-50 Combatting Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-5 Pollution Prevention and Right to Know Information 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-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment and Vegetation 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea The following clauses are incorporated by full text in the solicitation and the final award: 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-42 Statement of Equivalent Rates for Federal Hires 52.252-2 Clauses Incorporated by Reference Fill-in information: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses Fill-in information: Department of Defense FAR Supplement (DFARS) (48 CFR Chapter 2) 252.232-7006 Wide Area Workflow Payment Instructions Fill-in information to be provided at award. The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award. 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.225-7031 Secondary Arab Boycott of Israel All potential offerors are reminded that all firms must be registered in the System for Award Management database @ www.sam.gov to be considered for award. Lack of registration in the SAM will make an offeror ineligible for contract award. All quotes should be good for 60 days. Quotes must be submitted to TSgt Alicia Braun and SrA Rachel Clark, via email at Alicia.c.braun.mil@mail.mil and rachel.e.clark18.mil@mail.mil NLT 12:00 PM CST, 28 February 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-3/W91SMC-18-Q-7002/listing.html)
 
Place of Performance
Address: Capital Airport, 3101 J David Jones Parkway, Springfield, Illinois, 62707, United States
Zip Code: 62707
 
Record
SN04820498-W 20180214/180212231835-112cdb79033ac3574edd8277ae7bf37a (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  © 1994-2020, Loren Data Corp.