Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,2000 PSA#2544

Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581

F -- REMOVAL AND TRANSPLANTING TREES SOL F41652-00-Q0057 DUE 022900 POC Tanya Gutka, Contract Specialist, Phone (915) 696-2358, Fax (915) 696-3676, Email tanya.gutka@dyess.af.mil -- Paul Reed, NCOIC, Simplified Acquisition Flight, Phone (915) 696-2288, Fax (915) 696-3676, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F41652-00-Q00 57&LocID=1003. E-MAIL: Tanya Gutka, tanya.gutka@dyess.af.mil. 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. The announcement constitutes the only solicitation. Proposals are being requested and written solicitations will not be issued. Solicitation is issued for Request for Quotation (RFQ) #F41652-00-Q0057. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-014. This is a small business set-aside procurement under SIC Code 0783, Removal and Planting of Trees ($5M). There is one contract line item (CLIN). CLIN 0001 IAW the following Statement of Work: Provide all personnel, equipment, tools, materials, supervision and other incidentals necessary to remove and transplant 100 trees from approximately 15 miles north of Brownwood, TX to Dyess AFB, TX. The trees will be pre-identified by the government and are primarily live or red oak between 4 to 6 inches in diameter at the base. The root bulb removed will be not less than 42 inches in diameter and 24 inches thick. The contractor will provide appropriate fertilizer and root generator at the time of transplanting. Proper water is required while the trees are out of the ground. All work will be completed within one month of date of award. Warranty from contractor will be industry standard of 1 year. All work shall be performed IAW industry standards. FOB is destination. Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 1995) is hereby incorporated by reference. Solicitation provision at FAR 52.212-2, Evaluation _ Commercial Items (Oct 1995) applies to this acquisition and the evaluation criteria in paragraph (a) of the provision shall consist in descending order of importance: (i) Past Performance (ii) Technical, and (iii) Price. Evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Offerors are reminded to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 1997) and DFAR 252.212-7000, Offeror Representations and Certifications -- Commercial Items (Nov 1995) with its offer. Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the internet at http://www.ccr.dlsc.dla.mil. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (May 1997), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order -- Commercial Items (Aug 1996), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract, 52.222-41 Service Contract Act, 52.222-43 Fair Labor Standards Act, 52.246-4 Inspection of Services, 252.232-7009 Payment by Electronic Funds Transfer (CCR) (Jun 1998), DFAR 252.204-7004 Required Central Contractor Registration (Mar 1998). Additional Contract Terms and Conditions applicable to this procurement are: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 1997) is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: 252.247-7023, 252.219-7006, 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.247-7024, 252.242-7003, and 252.243-7001. Additional Defense Federal Acquisition Regulation Supplement (DFARS) Clauses 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 1991) and 252.225-7003, Information for Duty Free Evaluation (Aug 1992). The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is not rated. The original signed and dated offer shall be submitted to 7th Contracting Squadron, 381 3rd Street, Dyess AFB, TX 79607-1581 (ATTN: Dora Rettig), emailed to dora.rettig@dyess.af.mil, or faxed to (915) 696-3676 (ATTN: Dora Rettig) not later than 4:00 PM CDT, 29 Feb 2000 (insure your offer is clearly marked with the solicitation number F41652-00-Q0057. Contact Dora Rettig at 915-696-4626 or email dora.rettig@dyess.af.mil or Capt Steve King at 915-696-5560 or email steve.king@dyess.af.mil. Posted 02/23/00 (D-SN427660). (0054)

Loren Data Corp. http://www.ld.com (SYN# 0035 20000225\F-0005.SOL)


F - Natural Resources and Conservation Services Index Page