Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2016 FBO #5229
SOLICITATION NOTICE

S -- Fertilization and Weed Control - W912MM16T0018

Notice Date
3/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, National Guard Bureau, 114 FW/MSC, SOUTH DAKOTA ANG, 1201 W ALGONQUIN ST, SIOUX FALLS, South Dakota, 57104-0264
 
ZIP Code
57104-0264
 
Solicitation Number
W912MM16T0018
 
Archive Date
4/9/2016
 
Point of Contact
Jeremiah G. Minter, Phone: 605-988-5931, Kurtis C Lunstra, Phone: 605-988-5933
 
E-Mail Address
jeremiah.g.minter.mil@mail.mil, kurtis.c.lunstra.mil@mail.mil
(jeremiah.g.minter.mil@mail.mil, kurtis.c.lunstra.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quote Sheet for Fertilization and Weed Control. Statement of Work for Fertilization and Weed Control. 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 is being issued as a request for quotation (RFQ) W912MM16T0018 and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-87. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 561730 applies to this solicitation; business size standard is $7.5 million. The South Dakota Air National Guard intends to issue a firm fixed priced purchase order for Fertilization and Weed Control Services at 1201 West Algonquin St, Sioux Falls, SD 57104-0264 in accordance with the Statement of Work. Please coordinate site visits by contacting Jeremiah Minter at jeremiah.g.minter.mil@mail.mil or 605-988-5931. Information provided at site visits shall not change/qualify the terms and conditions of the solicitation and specifications. All questions and answers must be in writing. Send all questions to Jeremiah Minter via email. Do not contact other Government personnel as this will only delay receipt of answers. Questions must be received no later than two business days prior to the quote due date. All questions and the answers provided will be released to all eligible offerors on a nonattribution basis. All terms and conditions remain unchanged unless amended in writing. Offer evaluation will be based on compliance with the attached specifications (Statement of Work) and price related factors. The offered items best meeting the Government's requirement will be selected. Quotes are due by 12:00 pm CST March 25, 2016 via email to jeremiah.g.minter.mil@mail.mil. Please contact Jeremiah Minter with any questions at 605-988-5931, or via email. CONTRACTOR MANPOWER REPORTING - The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of Army Contractor Manpower Reporting Application (CMRA) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at http://www.ecmra.mil/. The selected Offeror must comply with the following Federal Acquisition Regulation Provisions and Clauses Incorporated by Reference (Full text available at: http://farsite.hill.af.mil/VFFARa.htm): FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.204-7, System for Award Management; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212‐1, Instructions to Offerors-Commercial Items; FAR 52.212‐2, Evaluation-Commercial Items; FAR 52.212‐3, Offeror Representations and Certifications-Commercial Items (Nov 2015); FAR 52.212‐4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.219‐6, Notice of Small Business Set-Aside; FAR 52.219.28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222‐21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers With Disabilities; FAR 52.222-41, Service Contract Labor Standards (Wage Determination WD 05-3025 (Rev.-19)); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222‐50, Combating Trafficking in Persons; FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service And Construction Contracts; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225‐13, Restrictions on Certain Foreign Purchases; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.228-5, Insurance -- Work on a Government Installation; FAR 52.232-1, Payments; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.233-2, Service of Protest; FAR 52.233‐3, Protest After Award; FAR 52.233‐4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.243-1, Changes-Fixed-Price; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.246-20, Warranty of Services; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252‐2, Clauses Incorporated by Reference; DFAR 252.201-7000, Contracting Officer's Representative; DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFAR 252.203‐7002, Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204‐7004 Alternate A, System for Award Management; DFAR 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFAR 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFAR 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials; DFAR 252.225-7001, Buy American and Balance of Payments Program; DFAR 252.225-7031, Secondary Arab Boycott of Israel; DFAR 252.225-7048, Export-Controlled Items; DFAR 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports; DFAR 252.232-7006, Wide Area WorkFlow Payment Instructions; DFAR 252.232‐7010, Levies on Contract Payments; DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFAR 252.247‐7023, Transportation of Supplies by Sea; AFARS 5137.91, Accounting for Contract Services. Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hilll.at.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39-1/W912MM16T0018/listing.html)
 
Place of Performance
Address: 1201 W Algonquin St, Sioux Falls, South Dakota, 57104, United States
Zip Code: 57104
 
Record
SN04051994-W 20160318/160316234644-803c3bce75f898882ece378ecdb82123 (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.