MODIFICATION
S -- Transplanting 35 Trees
- Notice Date
- 11/17/2003
- Notice Type
- Modification
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
- ZIP Code
- 68113-2107
- Solicitation Number
- F9ESDE33020100
- Response Due
- 11/21/2003
- Archive Date
- 12/6/2003
- Point of Contact
- Jason King, Contract Specialist, Phone 4022949602, Fax 4022940430, - Stephen Johns, Contracting Officer, Phone 402-294-4430, Fax 402-294-4069,
- E-Mail Address
-
jason.king@offutt.af.mil, stephen.johns@offutt.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Part 12. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number F9ESDE33020100 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. This procurement is set aside for small business. The North American Industry Classification System (NAICS) code and small business size standard are 561730, $6 Million. The government intends to issue a purchase order for transplanting of 35 trees from the new fire station area to the new ball fields by Wherry housing. CONTRACTOR MUST BE REGISTERED IN CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD. IF NOT ALREADY REGISTERED IN CCR, GO TO WWW.CCR.GOV TO REGISTER PRIOR TO SUBMITTING QUOTE. NO PARTIAL QUOTES WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE ALLOWED. All contractors are requested to utilize the PRO-Net Program to assist them in obtaining resources to meet their contractual requirements. PRO-Net is an electronic gateway of procurement information for and about small businesses. It is a search engine for contracting officers, a marketing tool for small firms and a "link" to procurement opportunities and important information. It is designed to be a "virtual" one-stop-procurement-shop. PRO-Net is an Internet-based database of information on small, disadvantaged, 8(a) women-owned, HUBZone, and veteran-owned businesses. It is free to federal and state government agencies as well as prime and other contractors seeking small business contractors, subcontractors and/or partnership opportunities. As an electronic gateway, PRO-Net provides access and is linked to the Commerce Business Daily (CBD), federal and state agency home pages and other sources of procurement opportunities. The PRO-Net website is: www.pro-net.sba.gov. The SBA homepage address is: www.sba.gov The Clause at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition along with FAR 52.212-2, Evaluation ? Commercial Items, and FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, and the clause at FAR 52-212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items, applies to this acquisition. Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (32 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (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); 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965, As amended (412 U.S.C. 351, et seq.); 52.222-42 Statement of Equivalent Rates for Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), applies to this acquisition. The following DFARS clauses also apply to this acquisition: 252.204-7004 Required Central Contracting Registration; 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; and 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O. 105.82). Offers are due by close of business 21 November 2003. Quotes should be submitted in writing to: 55 CONS/LGCA, 101 Washington Square, Bldg 40, Offutt AFB, NE 67113-2107, or you may send a fax to number (402) 294-0430. Address any questions to SSgt Jason King at the above address or call (402) 294-9602, or email at jason.king@offutt.af.mil. All requirements in the Statement of Work will be met as well as what has been stated above. 1. SCOPE: The work covered by this contract includes the furnishing of all labor, equipment, appliances, and materials in performing all operations in connection with tree transplanting operation. The work shall include tying machine to tie up limbs while transplanting trees, water truck to water trees, add wood chip mulch, and mycorrhizal or root toner to enhance root growth. 2. GENERAL: The work to be performed under this contract will take place in the area of Offutt AFB, NE. 3. PARTS AND SUPPLIES: the contractor at no additional expense to the government will supply all parts and components, supplies, materials, fuel, oil, lubricants, and grease. 4. CONTRACTOR PERSONNEL AND EQUIPMENT: Only qualified personnel will be permitted to operate equipment, and must be familiar with accident and safety. 5. DISPOSAL OF MATERIALS: All debris, rubbish, and other materials resulting from tree transplanting operations shall be disposed of by the contractor at a site outside the confines of Offutt AFB, the Capehart Chapel and Capehart Housing areas. 6. EQUIPMENT ON GRASSED AREAS: Wheeled equipment will not be operated on grassed areas when there is any possibility of causing damage by rutting. If rutting does occur, the grass in the damaged area will be removed, soil leveled, and the sod replaced at no cost to the government. Damage to any grassed area will be repaired in a manner that will return it to its original condition. This will be done in all cases regardless of size to the damaged area. 7. WORKMANSHIP: a. Performance will include cleaning up any debris or other matter that results from this work. The cleanup work shall be accomplished at the completion of each day?s work. The contractor shall dispose of all debris off-site, outside the confines of Offutt AFB, the Capehart Chapel, and Capehart housing areas. b. The contractor or contracting officer may remove any employee whose conduct, language, or appearance is objectionable or if directed by the contracting officer. c. The contractor at his or her own expense shall replace damaged or destroyed government property. d. The contractor will furnish sufficient signs and personnel to warn and protect the vehicular traffic in the vicinity of the work area. e. The contractor is responsible for temporarily removing any fences, which are obstructing the work, and for putting them back in their original place as soon as the work is accomplished. f. If the contractor finds it necessary to close a street or streets for the repair of the retaining wall, they must notify the Quality Assurance Evaluator (QAE), so that the appropriate agencies may be notified. g. The tree spade used to extract the trees from their current location needs to be at least 90 inches. h. A site visit has been scheduled for 19 November 2003 for 9:00 am. Please contact SSgt Jason King at (402) 294-9602 or email at jason.king@offutt.af.mil no later than 4:00 pm on 17 November 2003 to be included in this site visit.
- Place of Performance
- Address: Offutt AFB, NE
- Zip Code: 68123
- Country: USA
- Record
- SN00471278-W 20031119/031117211955 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |