SOLICITATION NOTICE
S -- Provide Tree Trimming, Fort Campbell, KY
- Notice Date
- 5/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Fort Campbell DOC, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124810B0001TREE
- Response Due
- 6/15/2010
- Archive Date
- 8/14/2010
- Point of Contact
- SaLonda M. Ozier, 270-798-7810
- E-Mail Address
-
Fort Campbell DOC
(salonda.m.ozier@us.army.mil)
- Small Business Set-Aside
- HUBZone
- 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. Restrictions: Solicitation Number W91248-10-B-0001 is issued as an Invitation for Bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41, dated 13 May 2010. This acquisition is 100% set-aside for HUBZone small business concerns. NAICS is 561730; small business size is $7 Million. Description of Items Requested: The contractor is responsible for providing all labor, supplies, equipment, and supervision necessary to provide Tree Trimming Service as listed in the Statement of Work. It is contemplated that Period of Performance will be one 12-Month Base Period and Four (4) 12- Month Option Periods. The complete Bid Schedule, Statement of Work, Technical Exhibits, Wage Determination and associated documents are included herein and can also be downloaded at https://doc.campbell.army.mil under subject solicitation number or at the end of this FedBizOpps announcement under Additional documentation. Sealed Bids consisting of Bid Schedule, Price List and Representations/Certifications are due not later than 15 June 2010, 2:00 PM CDT (NOTE: Facsimile and Emailed Bids are NOT ACCEPTABLE and will not be considered). A public bid opening will be held on the opening date. Bidders shall indicate the solicitation number and bidders name and address on the outside of their sealed bid. The Government intends to award to that responsive, responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government, considering only price and other price related factors. Therefore, bidders shall complete pricing information for all line items listed on the bid schedule so that price can be evaluated fairly. Failure to complete all pricing may result in bidder being rejected for nonresponsiveness. Prior to contract award, bidders may be required to submit information as to their ability to meet the requirement of the contract as outlined in FAR Part 9. Such information may include providing information concerning financial resources, information showing the ability to comply with delivery or performance schedules, information showing a satisfactory performance record, and information showing necessary organizational experience, technical skills, etc to perform the work identified in the Statement of Work (SOW). All responsible HUBZone concerns may submit a bid that will be considered by this agency. The following provisions and clauses are inapplicable to this acquisition: 52.214-10, Contract Award Sealed Bidding (Jul 1990), 52.212-1, Instructions to Offerors Commercial Items (Jan 2005) is applicable and is tailored as follows: Paragraphs (d), (g), (h), and (i) are deleted. Paragraph c, period of acceptance is changed from 30 days to 60 days. This provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) with fill-in information - www.arnet.gov/far; 52.204-7 Central Contractor Registration (Apr 2008); 52.214-5 Submission of Bids (March 1997); 52.216-1 Type of Contract (Apr 1984) with fill-in information, firm fixed-price requirements); 52.217-5 Evaluation of Options (Jul 1990); 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting (Aug 1999); 52.237-1 Site Visit (Apr 1984). The successful offeror must be registered in CCR (Central Contractor Registration). CCR website is https://www.bpn.gov/ccr/default.aspx.. The clause 52.212-4, Contract Terms and ConditionsCommercial Items (Feb 2007), applies to this acquisition, and is addended to incorporate the following clauses: 52.216-18, Ordering (Oct 1995) with fill-in information- Paragraph (a): Such orders may be issued throughout the 12-months base period); 52.216-19 Order Limitations (Fill-in information: Paragraph (a), Minimum order $500.00; Paragraph (b)(1), Maximum order $100,000.00; Paragraph (b)(2) $100,000.00; Paragraph (3), 30 calendar days; Paragraph (d) 5 days.; 52-216-21 Requirements, Alternate I (Apr 1984) with fill-in information date will be specified in the contract); 52.217-8 Option to Extend Services (Nov 1999) with fill-in information: 30 calendar days); 52.217-9 Option to Extend the Term of the Contract (Mar 2000) with fill-in information: Paragraph (a) 30 calendar days in first fill-in, and 60 calendar days in second fill-in, Paragraph (c) 5 years; 52.228-5 Insurance--Work on a Government Installation (Jan 1997); 52.252-2 Clauses Incorporated by Reference (Feb 1998) with fill-in information www.arnet.gov/far; 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) fill-ins are 30 September 2010. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items (Jun 2007) applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.222-50 Combating Trafficking in Persons (Feb 2009); 52.233-3 Protest After Award (Aug 1996); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52 219-3 Notice of Total HUBZone Set-Aside (Jan 1999); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-14 Limitations on Subcontracting (Dec 1996); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3 Convict Labor (Jun 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Aug 2009); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003); 52.222-41 Service Contract Act of 1965, As Amended (Nov 2007); 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) with fill-in information: Employee Class, Monetary Wages-Fringe Benefits: (Laborer, Tree Trimming #23470, $14.37/$1.94; Tractor Operator #11270, $16.99/$2.29; Gardener #11090, $18.12/$2.45; and Small Engine Mechanic #23910, $20.49/$2.77);52.222-43 Fair Labor Standards Act and Service Contract ActPrice Adjustment (Multiple Year and Option Contracts) (Sep 2009). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) is applicable and the following DFARS clauses cited within the clause are also applicable: 52.203-3 Gratuities (Apr 1984); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991); 252.225-7021, Trade Agreements (Mar 2007); 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008); 252.226-7001, Utilization of indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004); 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); 252.243-7002 Requests for Equitable Adjustment (Mar 1998); 252.247-7023 Transportation of Supplies by Sea (May 2002); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Additional DFAR Contract Clauses are 252.201-7000 Contracting Officers Representative (Dec 1991); 252.204-7004, Alt 1 Required Central Contractor Registration (Sept 2007); Other contract clauses and provisions applicable to this solicitation/contract are 5152.209-4000, DOD Level I Antiterrorism (AT) Standards (Feb 2009); Submission of Invoices; Schedule of Insurance; and Contractor Manpower Reporting; these provisions/clauses are contained herein in full text. Offerors are instructed to submit completed copies of FAR Provision 52.212-3 (Aug 2009), Offeror Representations and Certifications-Commercial Items, with offers; and 252.212-7000 Offeror Representations and Certifications--Commercial Items (and include CCR, DUNS Number, CAGE CODE, and Tax ID Number with their offer.) Mailing address is: Directorate of Contracting, Building 2172, 13 Street, Fort Campbell, Kentucky, 42223-5334. All contractors must be registered in the Department of Defense Contractor Registration (CCR) database prior to any contract award. Any questions concerning this acquisition can be directed to Will Moore, (270) 798-7811 email: william.t.moore3@us.army mil or Angela Jacobs (270) 798- 7562; angela.jacobs@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bb800050c6d16ee9b1c7708e2029128d)
- Place of Performance
- Address: Fort Campbell DOC Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
- Zip Code: 42223-1100
- Zip Code: 42223-1100
- Record
- SN02156744-W 20100523/100521235238-bb800050c6d16ee9b1c7708e2029128d (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 |