Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2012 FBO #3907
SOLICITATION NOTICE

S -- Kaena Point Invasive Species Removal - Statement of Work

Notice Date
8/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 647 CONS - Hickam, 90 G Street, bldg. 1201, JBPHH, Hawaii, 96853-5230, United States
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-12-P-0023
 
Archive Date
9/8/2012
 
Point of Contact
Lehandra Sandstrom, Phone: (808) 448-2966, Kristina Mercer, Phone: 808-448-2906
 
E-Mail Address
lehandra.sandstrom@us.af.mil, Kristina.Mercer@us.af.mil
(lehandra.sandstrom@us.af.mil, Kristina.Mercer@us.af.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
Wage Determinations REV 16 SOW Combined Synopsis- Solicitation for Commercial Items (IAW FAR 12.603) 3August2012 Contracting Office Address Department of the Air Force, Pacific Air Forces, 647 CONS - Joint Base Pearl Harbor - Hickam (JBPHH), 90 G Street, JBPHH, HI, 96853-5230, UNITED STATES Description This is a combined synopsis/solicitation prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is not to be construed as a commitment by the Government. All information is to be submitted at no cost to the Government. The solicitation will be issued as a Request for Quotation (RFQ) under the solicitation number FA5215-12-P-0023. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-58 as of 18 May 12, Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 2012-0629 and Air Force Acquisition Circular (AFAC) 2012-0330. This acquisition is a total Economically Disadvantaged Woman Owned Small Business Set-aside in regards to size standards. The applicable NAICS is 561730, and the small business size standard is $7.0M. This RFQ contains one (1) line item on a firm fixed price basis. The line item is as follows: CLIN DESCRIPTION OF SERVICE COST 0001 Furnish all labor, tools, parts, materials, facilities and transporation necessary to provide the below listed services: KPSTS is required under Executive Order (EO) 13112 of February 3, 1999 - Invasive Species, the Sikes Act, as amended (16 United States Code [U.S.C.] 670), Air Force Instruction (AFI) 32-7064 of September 17, 2004, and various other federal and state regulations and policies to control invasive species on their properties and to reduct their ecological and economic impact. Removal and management of the target species, such as: Lantana (lantana camara) and Spiny Tree Cactus (cereus hildmannianus), Ironwood (Casuarina equisetifolia) sprouts/seedlings are the goals of this project. Site Visit and Data Acquisition: Work under Task A shall be accomplished by qualified and trained pest control workers under supervision of personnel who are qualified to identify the plant species to be removed and ensure complete removal of all individual plant specimens. Contractor shall maintain close contact with the USAF POC and on-site environmental contractors. Details of the locations, area covered and topography of the infestations shall be determined by a mandatory pre-award site visit to be scheduled by the USAF and interested contractors. Expected Outcome: Contractor shall remove all specimens/individual plants of the listed species and their roots from KPSTS and properly dispose at a sanitary landfill in order to prevent reinfestation at KPSTS or other locations. Use of the removed vegetation for recycling ("green waste") is not an acceptable disposal alternative unless approved by the USAF POC in advance. Remove all specimens/individual plants of the listed species and their roots from KPSTS and properly dispose at a sanitary landfill in order to prevent reinfestation at KPSTS or other locations. $ - ADDITIONAL REQUIREMENTS There will be a site visit conducted on 15 August 2012 at 10:00am. If you are interested in attending please email lehandra.sandstrom@us.af.mil and provide the following information: 1. Full names of everyone attending 2. Last four of social security number for all attendees 3.What company you work for. When bidding on this requirement please provide a price breakdown for the above mentioned CLIN with the labor category and hours broken out from material costs, include the information below: Cage Code: DUNS No: TIN: Prompt Payment Terms: Delivery Time: Date offer expires: 1 OCT 2012 The location of the removal of the species is located at the Kaena Point Satelite Tracking Station (KPSTS). Contractor shall survey basewide and remove invasive weed species that has established multiple populations at KPSTS. Contractor shall survey the areas near building 10, 39009, 13, 17, and 19 for Ironwood trees to the extent practicable within this contract. The FOB Point is destination. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item entry. Applicable shipping or handling charges shall be included into the unit/extended price. ALL QUOTES SHALL BE VALID THROUGH 1 OCT 12 The FAR provision 52.212-1, Instruction to Offerors-Commercial Items (Feb 2012), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1:00 PM, Hawaii Standard Time (HST), 24 AUG 12. Submission may be made via email to the Contracting Specialist, A1C Lehandra Sandstrom at Lehandra.Sandstrom@us.af.mil or the Contracting Officer, Kristina Mercer at Kristina.Mercer@us.af.mil. Quotes must reference the solicitation number FA5215-12-P-0023. (c) Central Contractor Registration (CCR). Offerors must be registered in the CCR database to receive a contract award. If the offeror is not registered in the CCR database, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In addition 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA). All responsible sources may submit a quote, which will be considered by the Government. Award will be made to the offeror whose quote conforms to the solicitation requirements and is able to satisfy the Government's requirements. Offeror must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Apr 2012) (this must be completed on http://orca.bpn.gov), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Jun 2005). All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. Offerors must comply with the FAR provision 52.212-3, Offeror Representations and and Certifications - Commercial Items (Apr 2012) and ALT I (Apr 2011). The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012), is applicable to this procurement along with the following addenda: 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-41, Service Contract Act of 1965 (Nov 2007) 52.222-43, Fair Labor Standards Act and Service Contract Act, Price Adjustment- Multiple Year and Option Contracts (Sept 2009) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The FAR clause 52.217-5, Evaluation of Options (Jul 1990), applies to this acquisition. The FAR clause 52.217-8, Option to Extend Services (Nov 1999), applies to this acquisition. The FAR clause 52.217-9, Option to Extend the Term of the Contract (Mar 2000), applies to this acquisition. The following DFARS clauses also apply: DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012), is applicable to this acquisition along with the following addenda: 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2012) (41 U.S.C. chapter 83, E.O. 10582). 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) The following AFFARS Mandatory Procedure applies: MP5332.7, Contract Funding, (Jan 2012), "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." Points of Contact Address questions to A1C Lehandra Sandstrom, Contracting Specialist, at (808) 448-2967 or email Lehandra.Sandstrom@us.af.mil or Kristina Mercer, Contracting Officer, at (808) 448-2906 or email at kristina.mercer@us.af.mil. Any questions in regards to this solicitation must be submitted no later than 17 AUG 2012 to ensure Government ample response time and timely submittals of proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/FA5215-12-P-0023/listing.html)
 
Place of Performance
Address: Kaena Point, HI, Kaena Point, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN02825803-W 20120805/120803234601-7b356fb67ace7ecfe7d3ec5a9194dbe4 (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.