Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

F -- Vegetation Clearing

Notice Date
7/31/2020 8:04:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
W7NP USPFO ACTIVITY NJANG 177 EGG HARBOR TOWNSHIP NJ 08234-9500 USA
 
ZIP Code
08234-9500
 
Solicitation Number
W50S8F20Q0004
 
Response Due
8/14/2020 10:00:00 AM
 
Archive Date
08/29/2020
 
Point of Contact
Kirk E. Sherry, Phone: 6097616095, Johanna Paz, Phone: 6097616097
 
E-Mail Address
kirk.e.sherry@us.af.mil, johanna.paz@us.mail
(kirk.e.sherry@us.af.mil, johanna.paz@us.mail)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items 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. The 177th Fighter Wing has a requirement for Vegetation and Tree Clearing at the 177FW Warren Grove Range located at Mile Marker 7.5 Route 539 Warren Grove NJ 08087. The 177FW intends to award a firm fixed price contract for this requirement.� The North American Classification System (NAICS) code for this acquisition is 115310 and the related size standard is $8M. Contractor shall furnish all parts, labor, supplies and equipment necessary to complete the requirement in accordance with the attached PWS and the Solicitation requirements. The contractor will comply with all applicable local (to include NJANG Base regulations), State, and Federal Environmental and Occupational Safety requirements. Warren Grove Range is located in an environmentally sensitive area in Burlington County, NJ. The Range is home to numerous endangered and protected species. Contractor MUST take all available precautions to protect these species and preserve their native habitat. Contractor must also avoid regulated wetlands. SET ASIDE & SOCIO-ECONOMIC PROGRAMS This solicitation is set-aside 100% for Small Businesses EVALUATION FOR AWARD Best Value based on Price and Technical Capability Technical Capability Contractors working at Warren Grove Range shall have experience and knowledge working in areas that contain Threatened and Endangered species. Offerors must have the required experience, equipment, manpower, and resources necessary to complete the above PWS or the ability to obtain them. Offeror shall describe the manpower, equipment, and methods that they propose to use to accomplish the project. 4.2.3.1. This descriptive narrative shall include, but is not limited to: describing equipment proposed, ownership or leasing of equipment, daily rate of production, delivery & hauling of equipment to the site, personnel training, personnel experience, utilization of specialty sub-contractors, completed work, current forestry contracts� Offeror shall provide any documentation that they wish the Government to consider in this three page document. If the offeror proposes an alternate method, they are required to describe how their proposal meets the intent of this PWS. The burden of proof rests on the offeror to demonstrate that they can complete the scope and intent of this project in the time allowed using the proposed means & methods. Offerors may be required to provide substantiating documentation prior to award. Submission Requirements: Offeror MUST submit a Technical Capability Statement as part of their proposal.4.1.1. Document shall be no more than three pages. If an offeror submits more than three pages, only the first three pages will be reviewed. NOTICE OF AND SITE VISIT The site visit will be conducted on Thursday, August 6 @ 9am EST at the Warren Grove Range located at Mile Marker 7.5 Route 539 Warren Grove NJ 08087 for the purpose of briefing the� requirements and answering questions regarding this solicitation.� Interested offerors are highly encouraged to attend the site visit. Information provided at this site visit shall not change the terms and conditions of the solicitation. Terms of the solicitation and specifications remain unchanged unless the solicitation is Amended in writing. The intent of the site visit is to clarify the intent of the Solicitation and requirement and to allow the offerors the opportunity to coordinate directly with Government stakeholders. A record of the conference shall be made available and furnished to all prospective offerors via posting at https://beta.sam.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers. The site visit conference record will be posted as a formal Amendment to the Solicitation on a SF30. Attendees will be required to pre-register with the 177FW Contracting Office to attend the Video-Teleconference. Pre-registration must be accomplished by emailing the 177FW Contracting Office with the below information. EMAIL TO LINE: kirk.e.shery@us.af.mil; johanna.paz.1@us.af.mil EMAIL SUBJECT LINE:� Site Visit Registration � Co. Name EMAL BODY: From - Firm Name:� ____________________________________________� Firm Point of Contact: __________________________________________ Email address: _________________________________________________ Phone Number: ________________________________________________ Provision and Clauses applicable to this solicitation: 52.204-7�� � System for Award Management 52.204-9�� � Personal Identity Verification of Contractor Personnel 52.204-10 �Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13� System for Award Management Maintenance 52.204-16� Commercial and Government Entity Code Reporting 52.204-17� Ownership or Control of Offeror 52.204-18� Commercial and Government Entity Code Maintenance 52.204-19� Incorporation by Reference of Representations and Certifications 52.204-20� Predecessor of Offeror 52.204-21� Basic Safeguarding of Covered Contractor Information Systems 52.204-22� Alternative Line Item Proposal 52.204-23� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-2�� Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-6�� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10� Prohibition on Contracting with Inverted Domestic Corporations 52.209-11� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-8�� Time of Delivery 52.212-1�� � Instructions to Offerors�Commercial Items 52.212-2�� � Evaluation�Commercial Items 52.212-3�� � Offeror Representations and Certifications�Commercial Items--Alternate I 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 52.219-1�� � Small Business Program Representations--Alternate I 52.219-6 ��Notice of Total Small Business Set-Aside 52.219-6�� � Notice of Total Small Business Set-Aside--Alternate I 52.219-18� Notification of Competition Limited to Eligible 8(a) Concerns 52.219-28� Post-Award Small Business Program Representation 52.222-3�� � Convict Labor 52.222-21� Prohibition of Segregated Facilities 52.222-22� Previous Contracts and Compliance Reports 52.222-26� Equal Opportunity 52.222-36� Equal Opportunity for Workers with Disabilities 52.222-41 �Service Contract Labor Standards 52.222-42� Statement of Equivalent Rates for Federal Hires 52.222-50� Combating Trafficking in Persons 52.223-5�� � Pollution Prevention & Right-To-Know Information--Alternate I 52.223-6�� � Drug-Free Workplace 52.223-18� Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-22� Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation 52.225-13� Restrictions on Certain Foreign Purchases 52.225-25� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.232-1�� Payments 52.232-8�� Discounts for Prompt Payment 52.232-9�� Limitation on Withholding of Payments 52.232-17 Interest 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1�� Disputes 52.233-3�� Protest after Award 52.233-4�� Applicable Law for Breach of Contract Claim 52.237-1�� Site Visit 52.237-2�� Protection of Government Buildings, Equipment, and Vegetation 52.237-3�� Continuity of Services 52.242-17 Government Delay of Work 52.243-1�� Changes�Fixed Price--Alternate I 52.244-6�� Subcontracts for Commercial Items 52.246-4�� Inspection of Services�Fixed-Price 52.249-1�� Termination for Convenience of the Government (Fixed-Price) (Short Form) 52.249-8�� Default (Fixed-Price Supply and Service) 52.249-14 Excusable Delays 52.252-1�� Solicitation Provisions Incorporated by Reference 52.252-2�� Clauses Incorporated by Reference 52.252-5�� Authorized Deviations in Provisions 52.252-6�� Authorized Deviations in Clauses 52.253-1�� Computer Generated Forms 252.203-7000�� Requirements Relating to Compensation of Former DoD Officials 252.203-7002�� Requirement to Inform Employees of Whistleblower Rights 252.203-7003�� Agency Office of the Inspector General 252.203-7005�� Representation Relating to Compensation of Former DoD Officials 252.204-7000�� Disclosure of Information 252.204-7003�� Control of Government Personnel Work Product 252.204-7004�� DoD Antiterrorism Awareness Training for Contractors 252.204-7008�� Compliance with Safeguarding Covered Defense Information Controls 252.204-7009�� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012�� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.225-7035�� Buy American--Free Trade Agreements--Balance of Payments Program Certificate--Alternate III 252.225-7048�� Export-Controlled Items 252.232-7003�� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006�� Wide Area WorkFlow Payment Instructions 252.232-7010�� Levies on Contract Payments 252.232-7017�� Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.243-7001�� Pricing of Contract Modifications 252.244-7000�� Subcontracts for Commercial Item Service Contract Act Wage Determination 2005-2006, Revision No. 31, dated 21 Feb 2020 applies to this acquisition. It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All Federal Acquisition Regulation (FAR) Provisions and Clauses may be viewed in full text at the Table of Contents via the Internet at http://www.acquisiton.gov/. All firms or individuals responding shall have active registrations in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE), formerly known as Wide Area Workflow (WAWF). Information concerning SAM and PIEE registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/. Questions shall be submitted via email to kirk.e.sherry@us.af.mil or johanna.paz.1@us.af.mil NLT 4:30 EST, 10 August 2020. Quotes shall be submitted via email to kirk.e.sherry@us.af.mil or johanna.paz.1@us.af.mil NLT 1pm EST, 14 August 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bfa9bd5cc0144117aa864bdb0fa3f6fc/view)
 
Place of Performance
Address: Little Egg Harbor Township, NJ 08087, USA
Zip Code: 08087
Country: USA
 
Record
SN05741472-F 20200802/200731230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.