|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1998 PSA#216755 Contracting Squadron/LGCS 101 Washington Sq., Offutt AFB, NE
68113-2107 F -- TREE REMOVAL AND REPLACEMENT SERVICES SOL F25600-98-R0250 DUE
091498 POC Mrs Ginny Jones, (402)232-5918 WEB: Offutt Air Force Base
Business Opportunities, http://www.offutt.af.mil./55cons/obusiness.htm.
E-MAIL: Click here to contact the contract specialist via,
virgina.jones@offutt.af.mil. 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; proposals
are being requested and a written solicitation will not be issued.
This solicitation, F25600,98-R0250 is issued as a Request for Proposal
(RFP). This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular (FAC)
97-03. This solicitation is set aside 100% for Small Business;
Standard Industrial Classification code is 0783; Size Standard is
$5.0M. The Government intends to issue a firm-fixed price purchase
order to provide all labor, tools, materials, equipment and
transportation to remove existing cedar trees and the planting of 6'
high colorado blue spruce trees at various locations in the Capehart
housing areas. Project consists of clearing, grubbing, planting and
site restoration. For evaluation purposes contractors submitting
proposals are required to include not less than three (3)verifiable
previous projects performed in the last two (2) years. Past performance
information shall be used in evaluation for award and should include
sizes of projects, points of contact and locations. For the purpose of
award, offers wil be evaluated based upon the following factors,
listed in descending order of importance: (1) Past Performance (a)
Quality of work (b) Management responsiveness; and (2)Price. Proposals
will be evaluated and given a Performance Risk. Rated as follows: High
-- likely to cause disruption of schedule, increased cost or
degradation of performance even with close supervision and government
monitoring; Moderate -- has the potential to cause disruption of
schedule, increased costs, or degradation of performance, however with
special emphasis and government monitoring probably can overcome
difficulties; Low -- Has little potential to cause disruption of
schedule, increased costs or degradation of performance, with normal
contractor effort and government monitoring. Price will be evaluated
for realism, completeness and reasonableness. The past performance
factor noted in this section will be considered more important than
price. Offerors are cautioned that award may not be made to the offeror
submitting the lowest cost. Offerors are also advised that award may be
made without discussions or any contact concerning the proposal
received. Therefore, proposals should be submitted in the most
favorable terms from both evaluation factors. Projects will be
performed incrementally. Line Item 001 shall be the first project
undertaken and shall have a start date on or about 21 Sep 98. Projects
0002-6 shall be done in the same manner during the period of 01 Oct 98
through 30 Sep 99. The government intends to fund all projects however,
should funding become unavailable for Projects 0002-6 performance on
these projects may be delayed and/or cancelled. Bid Schedule is as
follows: 0001 R&R Treeline, West Side of 25th St -- NTE 30 Days; 0002
R&R Treeline East Side of 25th St -- NTE 60 Days; 0003 R&R Treeline
South Side Capehart Road, West of 25th St -- NTE 60 Days; 0004 R&R
Treeline North Side Capehart Rd, West of 25th St -- NTE 120 Days; 0005
R&R Treeline -- East Side 36th St -- NTE 90 Days; 0006 R&R Treeline --
North Side Capehart Rd, East of 25th St -- NTE 30 Days. NO PARTIAL
QUOTES WILL BE ACCEPTED. A SITE VISIT WILL BE CONDUCTED ON 2 SEP 98 AT
0930. Contractors responding to this solicitation shall make their
price quote effective until 31 Mar 99. Proposals are requested to be in
this office not later than 1600 on 14 Sep 98. The Provision at FAR
52.212-1, Instructions to Offerors (Apr 1998), applies to this
acquisition. Offerors shall include a completed copy of the provision
at FAR 52.212-3, Offeror Representations and Certifications --
Commercial Items (Jan 1997) with its proposal. The clause at FAR
52.212-4, Contract Terms and Conditions -- Commercial Items (Apr 1998),
and FAR 52.212-5 Contract Terms and Conditions Required to Implement
Statutes of Executive Orders -- Commercial Items (Apr 1998) apply to
this acquisition. (52.222-26 Equal Opportunity (E.O. 11246), 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Workers (38
U.S.C. 4212). 52.222-36 Affirmative Action for Handicapped Workers (29
U.S.C. 793), 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), Service
Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.), 52.222-42,
Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41
U.S.C. 351, et seq.) Point of Contact is Mrs Ginny Jones, 101
Washington Square, LGCV, Offutt AFB NE 68113-2107; (402) 232-5918 or
e-mail to virgina.jones@offutt.af.mil. Numbered Note 1 applies. Posted
08/24/98 (W-SN241036). (0236) Loren Data Corp. http://www.ld.com (SYN# 0038 19980826\F-0002.SOL)
F - Natural Resources and Conservation Services Index Page
|
|