Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2024 SAM #8311
SOLICITATION NOTICE

F -- 183 CES Tree Removal and Disposal

Notice Date
8/27/2024 11:52:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W7M6 USPFO ACTIVITY ILANG 183 SPRINGFIELD IL 62707-5003 USA
 
ZIP Code
62707-5003
 
Solicitation Number
W50S7U-24-Q-A008
 
Response Due
9/6/2024 11:00:00 AM
 
Archive Date
12/31/2024
 
Point of Contact
Alicia C. Braun, Phone: 2177571265
 
E-Mail Address
Alicia.Braun@us.af.mil
(Alicia.Braun@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This update on 27 Aug 24 posts RFI 1 CES Tree Removal responses to the attachments section here of this posting along with a revised PWS dated 26 Aug 24, revised site plan, and other documents pertinent to the RFI responses. This is a combined synopsis/solicitation for a one-time commercial service prepared in accordance with (IAW) the format in Federal Acquisition Regulation (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.� This combined synopsis/solicitation is issued as a Request for Quote (RFQ) W50S7U-24-Q-A008. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 (effective 22 May 2024).� This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(a).� North American Industrial Classification System (NAICS) 561730 � Landscaping Services and Size Standard of $9.5M applies to this procurement. RFQ Submission and Information for 183d CES Tree Removal and Disposal: 1. Quotes shall conform to the CLIN structure as established in RFQ Submission Format. 2. Quotes shall be valid for a minimum of 30 days. 3. Please see the attached Performance Work Statement (PWS) for detailed description of requirements. 4.� Quotes must be submitted to 1st Lt Alicia Braun and MSgt Amanda Brenizer at Alicia.Braun@us.af.mil and Amanda.Brenizer@us.af.mil not later than (NLT) 1:00 PM CDT, 06 September 2024. 5.� The resulting contract(s) will be Firm-Fixed Price (FFP) and the Period of Performance is 30 days from the date of award. 6.� All questions should be submitted by email to the contracting office no later than close of business on 27 August 2024, using the Request for Information (RFI) template provided. 7.� Quotes will be evaluated to determine the best value to the Government providing the greatest overall benefit in response to the requirement based on price and meeting the salient characteristics listed in the Performance Work Statement. CLIN 0001 Tree Removal and Disposal Quantity:� 1 Month The contractor shall provide non-personal services, to include all personnel, equipment, tools, supervision, and other items and services to remove 12 trees, grind all remaining stumps, and properly dispose of trees, stumps, and any associated debris according to applicable state procedures for removal and disposal.� Reference the attached TREE REMOVAL Site Plan and Performance Work Statement (PWS) Tree Removal and Disposal FY 2024 for more detailed specifications. 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 52.204-23������������ Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24������������ Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25������������ Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-27������������ Prohibition on a ByteDance Covered Application 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 52.223-5�������������� Pollution Prevention and Right to Know Information 52.225-13������������ Restrictions on Certain Foreign Purchases 52.226-8� � � � � � � �Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33� � � � � � �Payment by Electronic Funds Transfer-- System for Award Management 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 52.237-2�������������� Protection of Government Buildings, Equipment and Vegetation 252.203-7000� � � �Requirements Relating to Compensation of Former DoD Officials 252.203-7002� � � �Requirement to Inform Employees of Whistleblower Rights 252.204-7003� � � �Control of Government Personnel Work Product 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 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:� https://www.acquisition.gov/ 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. 52.204-7� � � � � � � �System for Award Management 52.204-16� � � � � � �Commercial and Government Entity Code Reporting 52.204-22������������ Alternative Line Item Proposal 52.204-26� � � � � � �Covered Telecommunications Equipment or Services-Representation 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 52.222-22� � � � � � Previous Contracts and Compliance Reports 252.203-7005� � � Representation Relating to Compensation of Former DoD Officials 252.204-7008� � � Compliance with Safeguarding Covered Defense Information Controls 252.225-7031� � � Secondary Arab Boycott of Israel All potential offerors/quoters are reminded that firms MUST be registered in the System for Award Management database at https://sam.gov to be considered for award.� Lack of registration will make an offer ineligible for contract award.� Quotes must be submitted to 1st Lt Alicia Braun and MSgt Amanda Brenizer at Alicia.Braun@us.af.mil and Amanda.Brenizer@us.af.mil not later than (NLT) 1:00 PM CDT, 06 September 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1e6a923a4ccd48fbb3dbe010ce8859c4/view)
 
Place of Performance
Address: Springfield, IL 62707, USA
Zip Code: 62707
Country: USA
 
Record
SN07187569-F 20240829/240827230122 (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.