Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2011 FBO #3396
SOLICITATION NOTICE

F -- Aerial Spraying of Noxious Weeds

Notice Date
3/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Fort Riley DOC, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX-11-T-0020
 
Response Due
3/23/2011
 
Archive Date
5/22/2011
 
Point of Contact
Larry Graham, 785-239-5226
 
E-Mail Address
Fort Riley DOC
(larry.graham@conus.army.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 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. General Information Document Type: Combined Synopis/Solicitation Solicitation Number: W911RX-11-T-0020 Posted Date: 11 March 2011 Original Response Date: March 23, 2011 10:00 a.m. Central Daylight Time Classification Code: 115112 Set Aside: Total Small Business Contracting Office Address MICC-Fort Riley, ATTN: Larry Graham 1792 12th Street, Fort Riley, Kansas 66442 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. Fort Riley requires a follow on contract for the Aerial Spraying of Noxious Weeds within the defined areas of the Fort Riley Training Areas as outlined within the Extended Descriptions and the Technical Exhibits attached to this Combined Synopsis/Solicitation. Attachment A is the Performance Work Statement which outlines the direct responsibilities of the awarded vendor, Attachment B is Environmental Hazardous Waste Disposal Requirements, and Attachment C is the Performance Requirements Summary and all attachments will be incorporated into the awarded contract. Technical Exhibits are provided as visual map references that correspond to the respective CLIN. Period of Performance for the base year will be 6APR11 through 5APR12. Each Option Year will follow respectively. Vendors will provide quotes on a per acre cost. Total place of performance of this contract will be within the boundaries of Fort Riley, Kansas. In accordance with FAR 16.503, award of this contract will be a Requirements Firm Fixed Price Contract with an Economic Price Adjustment for each Option period IAW FAR 16.203 and incorporates FAR Clause 52.216-4 Economic Price Adjustment - Labor and Material. All pricing will be FOB Destination. This requirement is set-aside 100% for small business. The applicable NAICS code is 115112 with a size standard of $7.0 Million. Inspection and acceptance shall be at destination. Payment will be made through Wide Area Work Flow (WAWF). You must be registered in the Central Contractor Registration (http://www.ccr.gov/). Award shall be made to the best value; price proposal, technical, and past performance. You shall submit commercially available literature on your capabilities that demonstrates that all of the above capabilities are met. Extended CLIN Description There are twenty five contract lines; each line item must be individually priced as not all items might be ordered dependent upon growth conditions of noxious weeds and funding. Pricing of Option Year CLINS are subject to Economic Price Adjustments due to anticipated fluctuations in material costs. CLINS 0001, 1001, 2001, 3001 and 3002 are the Contractor Manpower Reporting CLINS. Due to the periods of performance requirements of the Department of the Army, there is a total of five CLINS in order to cover each of the Fiscal Years this contract covers. CLIN 3002 is the final reporting period that covers FY15. Refer to Attachment A, Performance Work Statement, Paragraph 2 for specifics. CLINS 0002, 1002, 2002, 3003 is for the Noxious Weeds spraying at the DMPTR complex. This complex is 685 acres in area. Technical Exhibit #1 provides the map reference for the location. CLINS 0003, 1003, 2003, 3004 is for the Noxious Weeds spraying at the MPRC complex. This complex is 1,385 acres in area. Technical Exhibit #2 provides the map reference for the location. CLINS 0004, 1004, 2004, 3005 is for the Noxious Weeds spraying at the Screening Range. This complex is 69 acres in area. Technical Exhibit #2 provides the map reference for the location. CLINS 0005, 1005, 2005, 3006 is for the Noxious Weeds spraying at the Range 18 Complex. This complex is 455 acres in area. Technical Exhibit #3 provides the map reference for the location. CLINS 0006, 1006, 2006, 3007 is for the Noxious Weeds spraying of Sericea Lespedeza in the fall. There is a total of up to 1,000 acres per year that a Delivery Order might be placed against. Refer to the Attachment A, Performance Work Statement, Paragraph 1.2.2 for specifics. Clauses and Provisions The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 dated 19 Jul 2004. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: 52.212-1, 52.212-3, 52.212-4, 52.212-5 (52.219-8, 52.219-6, 52.219-14), 52.222-3, 52.222-19, 52.222-21, 52.222-26 (52.222-35, 52.222-36, 52.222-37), 52.225-13 (52.222-41, 52.222-42), 52.252-2, 52.000-4014, 52.232-18, 52.232-19, 52.217-5, 52.217-8, 52.217-9, and 52.216-4. From the Department of Defense FAR Supplement (DFARS), the following provisions and clauses are applicable to this solicitation: 252.203-7000, 252.204-7004 Alternate 1, 252.211-7003 Alternate 1, 252.212-7001 (252.203-3, 252.225-7012), 252.232-7003 (252.243-7002), 252.247-7023, 252.232-7003, 252.246-7000, and 252.232-7007. Full text of these clauses may be found at http://farsite.hill.af.mil A form for submitting your proposal may be found at http://www.riley.army.mil/Services/Fort/Contracting.asp. Your proposal information and commercial literature shall be submitted electronically to larry.graham@conus.army.mil or by facsimile to (785) 239-5740 Attn: Larry Graham, no later than 10:00 AM CST on 23 MAR 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d718becddfdfa57d609ed05d1a899946)
 
Place of Performance
Address: Fort Riley DOC 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN02398662-W 20110313/110311234115-d718becddfdfa57d609ed05d1a899946 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.