SOLICITATION NOTICE
F -- TREEPLANTING OF LONGLEAF CONTAINERIZED SEEDLINGS.
- Notice Date
- 7/12/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 113210
— Forest Nurseries and Gathering of Forest Products
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Mississippi, USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-08-T-0028
- Response Due
- 7/15/2008
- Archive Date
- 9/13/2008
- Point of Contact
- Amanda Villeret, 6013131503
- Small Business Set-Aside
- Total Small Business
- Description
- 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 number W9127Q-08-T-0028 is issued as a Request for Quotation. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-16. This solicitation is 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). NAICS for determination of size status is 113210; Small Business Standard is $6,500,000. CLIN 0001: TREE PLANTING, 109 ACRES; Scope of Work as follows: The contractor must be a registered forester in the state of Mississippi with proven experience as a consulting forester. Planting: Longleaf containerized seedlings will be planted on a 10x12 spacing (363 trees per acre) on areas identified on map (available upon request). Planting will be completed within 365 days of from issuance of contract. The acreage per tract is: DOD 5 (32.5 acres), DOD 25 (46 acres), DOD 30 (18.5 acres), DOD 44 (12.2 acres). TIME PERIOD: The contractor will have 365 days from date of contract to complete planting. Location of work: Camp Shelby, Mississippi. Prices quoted must include all applicable fees. The following provisions apply: FAR 52.204-8, Annual Representations and Certifications; 52.212-1, Instructions to Offerors -- Commercial Items. Contractor will be required, upon request from the Government, to provide references to demonstrate capability to perform the requested services. The following FAR clauses apply: 52.233-2--Service of Protest; 52.237-1--Site Visit; 52.252-1--Solicitation Provisions Incorporated by Reference. FAR 52.204-7--Central Contractor Registration; 52.204-9--Personal Identity Verification of Contractor Personnel; 52.212-4--Contract Terms and Conditions-Commercial Items; FAR 52.212-5--Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.219-6--Notice of Total Small Business Set-Aside; 52.219-28--Post-Award Small Business Program Rerepresentation; 52.222-1--Notice to the Government of Labor Disputes; 52.222-3--Convict Labor; 52.222-21--Prohibition of Segregated Facilities--52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41--Service Contract Act of 1965, As Amended; 52.222-42--Statement of Equivalent Rates for Federal Hires. Information on current wage rates at time of solicitation can be found at http://www.wdol.gov/sca.aspx#0. 52.222-44--Fair Labor Standards Act and Service Contract Act-Price Adjustment; 52.222-50--Combating Trafficking in Persons; 52.223-5--Pollution Prevention and Right-to-Know Information; 52.223-6--Drug-Free Workplace; 52.225-13--Restrictions on Certain Foreign Purchases; 52.232-1--Payments; 52.232-8--Discounts for Prompt Payment; 52.232-11--Extras; 52.232-33--Payment by Electronic Funds Transfer-Central Contractor Registration; 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; 52.246-25--Limitation of Liability-Services; 52.249-2--Termination for Convenience of the Government (Fixed-Price); 52.252-2--Clauses Incorporated by Reference; 52.252-4--Alterations in Contract. Offers must include a completed copy of FAR 52.212-3, Alternate 1--Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, with its offer. Applicable DFARS clauses: 252.204-7004, Required Central Contractor Registration; 252.212-7001--Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items; 252.223-7006--Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7000--Buy American Act-Balance of Payments Program Certificate; 252.225-7001--Buy American Act and Balance of Payments Program; 252.225-7002--Qualifying Country Sources as Subcontractors; 252.225-7031, Secondary Arab Boycott of Israel; 252.232-7010--Levies on Contract Payments; 252.247-7023, Alternate III--Transportation of Supplies by Sea. Full text of these provisions and clauses may be accessed on-line at http://farsite.hill.af.mil. This announcement is the solicitation which will result in a firm fixed-price service contract. If you need to set up a site visit before proposals are due, contact MAJ Robert Lemire at 601-313-6228 to set up a date and time. Proposals are due no later than 12:00 P.M. CDT, July 17, 2008 to: JFH-MS-J8-PC, Attn: 1LT Amanda Villeret, 144 Military Drive, Flowood, MS 39232-8861. Proposals may be emailed to amanda.villeret@us.army.mil or faxed to 601-313-1569 (email is the preferable method). CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. POINTS OF CONTACT: Technical questions regarding this requirement may be addressed to MAJ Robert Lemire at 601-313-6228. The Contracting Offices web site is located at http://www.ngms.state.ms.us/uspfo/.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5ae27eece5fb964b0524ff22fd7ce138&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for Mississippi 144 Military Drive, Jackson MS
- Zip Code: 39208-8860
- Zip Code: 39208-8860
- Record
- SN01612783-W 20080714/080712213101-61cf3da6d8266a77114ec787383b9f56 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |