Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2023 SAM #7933
SOLICITATION NOTICE

S -- Aerial Herbicide Application

Notice Date
8/15/2023 6:58:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
W6QM MICC-FT MOORE FORT MOORE GA 31905-5182 USA
 
ZIP Code
31905-5182
 
Solicitation Number
W911SF-23-R-0029
 
Response Due
8/29/2023 8:00:00 AM
 
Archive Date
09/13/2023
 
Point of Contact
Krista Spencer, Racheal L. Valdez, Phone: 7065452030
 
E-Mail Address
krista.m.spencer.civ@army.mil, racheal.l.valdez.civ@army.mil
(krista.m.spencer.civ@army.mil, racheal.l.valdez.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for xommercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This annoucement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. this combined synopsis/solicitation (W911SF-23-R-0029) is being issued as a request for quote (RFQ) uyilizing a�Total Small Business Set-Aside, and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-04- Document Number 2023-11755, published June 2, 2023 Description of the Requirement: This is a Non-Personal Services Contract between the Fort Moore Department of Public Works (DPW) and an independent contractor to deliver specific requirements and deliverables in accordance with the Performance Work Statement (Attachment 1) to provide Aerial application of herbicide for vegetation control. Contractor must use an herbicide that is approved for use on Department of Defense (DoD) lands. Contractor will also comply with all Federal and State of Georgia regulations pertaining to the use of herbicides and aerial application of herbicides. All herbicide used must be approved by Army Environmental Command (AEC) Pest Management Consultant (PMC), Fort Benning�s Integrated Pest Management Coordinator (IPMC) and Natural Resources Management Branch (NRMB). Contractor will be required to have all of the permits required to apply pesticides on DoD lands. The place of performance for the facilities are located on Fort Moore, Georgia. Contractor shall aerially apply an herbicide to control/eradicate vegetation consisting of primarily of over-story pine and hardwood trees that impede the LOS from firing positions to stationary and moving target positions downrange. The restoration of LOS requires aerial application of herbicide to remove up to approximately 1,664.44 acres of vegetation total. Further details of this requirement can be found on the Performance Work Statement and additional attachments 1 �included in this publication. � DELIVERY INFORMATION: Services include One 2 Month Base Period to provide one application in accordance with the PWS. Period of Performance: 15 September 2023 to 30 October 2023 SOLICITATION PROVISIONS (Provided in Attachment 2): This solicitation incorporates by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov CONTRACT CLAUSES (Provided in Attachment 2): The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: https://www.acquisition.gov FOR OFFERS TO BE CONSIDERED: 1.� This requirement will utilize the Lowest Price-Technically Acceptable (LPTA) source selection procedures IAW 15.101-2. Under LPTA, all factors other than cost or price are evaluated on an �acceptable� or �unacceptable� basis. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. *See Attachment 2 � Additional Terms & Conditions, FAR 52.212-2. 2.� The Offeror is to provide its submission in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors � Commercial Items. Please include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications � Commerial Items, with your offer. The SF 1449 is not being used so Offerors are to make their submission by providing the items outlined in paragraph 3 in this Combined Synopsis/Solicitation. Offer must ensure the NAIC code is listed in their SAM registration and certification in the FAR report prior to submitting offers. Offers to be received by MICC-Fort Moore no later than (NLT) 11:00 a.m. Eastern Standard Time (EST), Thursday, August 29, 2023 via email to: usarmy.moore.acc-micc.mbx.micc-proposals@army.mil ����������� *Offers received via faximili or U.S. Post will not be accepted. Questions are to be submitted by email to: usarmy.moore.acc-micc.mbx.micc-proposals@army.mil NLT 12:00 PM EST, Wednesday, August 23, 2023. 3.� Offer is to consist of the following: Company letterhead, containing information prescribed by 52.212-1. Documents for technical evaluation, representations and certifications, past performance as addressed in subparagraphs 52.212-1(b)(4), (8) and (10), and lump sum pricing for the required services. 4. Responses must comply with the page limitations and format specified below. Must be in PDF Format / 8.5 x 11 inch paper; 12-point Times New Roman Font / Page Limitation is 5 pages (Excluding the title page/table of contents). Submission Type is Electronic Only. � 5. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) under 115112 Soil Preparation, Planting and Cultivating, Pesticide and Other Agricultural Chemical Manufacturing, prior to submitting their proposal will not be considered. Vendors may register with SAM by going to www.sam.gov. Contracting Office Address: MICC-Fort Moore, 6650 Meloy Drive, Suite 250, Fort Moore, GA 31905 Point of Contact: Ms. Krista M. Spencer, Email: krista.m.spencer.civ@army.mil, 706-545-1322 or Ms. Racheal Valdez, Email: racheal.l.valdez.civ@army.mil, 706-545-2030.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/732f5d26390147f0bc971716afe1031d/view)
 
Place of Performance
Address: Fort Moore, GA 31905, USA
Zip Code: 31905
Country: USA
 
Record
SN06790896-F 20230817/230815230105 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.