MODIFICATION
Z -- MBEB 11-1001 Maintain Kegelman AAF- Tree Removal
- Notice Date
- 7/31/2018
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Vance Air Force Base Contracting, 246 Brown Parkway, Vance AFB, Oklahoma, 73705-5036
- ZIP Code
- 73705-5036
- Solicitation Number
- IFB222B
- Point of Contact
- Teddy T. Thomas, Phone: 5802137174, Willard Vinson, Phone: 580 213-5120
- E-Mail Address
-
asrcc.pm.constructionmgmt@us.af.mil, asrcc.pm.constructionmgmt@us.af.mil
(asrcc.pm.constructionmgmt@us.af.mil, asrcc.pm.constructionmgmt@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Work of Project is defined by the Contract Documents and consists of the following: Removal of approximately 250 acres of trees and shrubs in according with the Plans and Specifications. Removal may be by the following means, or as approved by the Engineer: cutting, grinding, mulching, shredding burning by means of an air curtain incinerator, off-site disposal, brush hogging. Rough site grading at the locations shown on the plans. Seeding of all bare and disturbed in according with the Plans and Specifications. Turf Maintenance Service will begin immediately after each area is planted and continue until acceptable turf is established in according with the Plans & Specifications. The areas must be watered in according with Plans & Specifications. Contractor required to furnish required water. Drilling of water well on site may be considered and is contingent upon the Engineer’s approval and obtaining the required permits. 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 ASRC Federal & Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event of cancellation of this solicitation ASRC Federal & Government has no obligation to reimburse an offeror for any cost. Qualifications: The contractor whose bid was in substantial conformity to the Specifications and Plans and who have satisfactory previous experience in the types of work contained in this solicitation and have a successful track record performing the types of work contained in the project. The contract cannot be awarded until the USG has received approval of form 1391 from Higher Headquarters and Government concurrence receipt. Upon receipt of concurrence from the Government the Contracting Officer will execute the contract to the Best Value and responsible bidder. In the absence of funding no contract will result. Should funds be provided, to be considered for award of this project a contractor must be aware at Vance AFB also has strict Base access regulations and commercial inspections are mandatory with each entry to the facility. The acceptance period for this action will be 90 days and contractors should consider this impact to their bonding limits prior to bidding the solicitation. There shall be no legal liability on the part of the Government or ASRC should funding not be provided. Bid Evaluation: ASRC Federal must consider a bidder's experience, reputation for satisfactory work, reference checks, financial, technical competence, and Duns & Bradstreet evaluation, and Past Performances. MBEB 11-1001 Maintain Kegelman AAF – Tree Removal – Best Value Determination For this project ASRCC will consider contractors offering the best value. The proposal submittal must be in three (3) separate envelopes. The envelopes must be marked prominently in the following way: “Envelope #1 Administrative Bid Documents” “Envelope #2 Technical Approach” “Envelope #3 Pricing” The envelopes must contain the required information detailed below. Envelope #1 Administrative Bid Documents : The following documents are required and should be included in the envelope. The contents of envelope #1 are required to be complete. Incomplete elements in envelope #1 will constitute a disqualification from the bidding process. 20% bid bond: The 20% bid bond is required at the time of bid opening. This must be an original fully executed bond and included in Envelope #1 Administrative Bid Documents. Company Profile: This is limited to 2 pages (front only or 1 page front and back) using font size no smaller than 10. This should provide information about the company and past performance. It is recommended to include references on work previously performed that is similar to this project and demonstrates your ability to accomplish this type of work. If sub-contractors are utilized then 1 additional page (front only) can be included for each of the sub-contractors. This must be completed and included in Envelope #1 Administrative Bid Documents. Annual Commercial Item Acquisition Representations and Certifications: This form must be completed to include signature and included in Envelope #1 Administrative Bid Documents. Envelope #2 Technical Approach: Must only include a through description of the following items (in order or priority). The technical approach must clearly identify each of the four elements and the offerors technical approach for accomplishment. Disposal Plan – Bidder must describe, in detail, the intended means and methods of tree removal and disposal (must comply with all environmental regulations and laws). Provide pictures of anticipated equipment to be used. Establishment of Grass – Bidder must describe, in detail, the means and methods of the establishment of turf to include but not limited to soil preparation, seeding and watering. Describe how water will be obtained and applied. Provide pictures of anticipated equipment to be used. Root Removal Techniques – Bidder must describe, in detail, the means and methods of removal and disposal the existing tree stumps below grade to obtain a finished surface suitable for mowing. Provide pictures of anticipated equipment to be used. Gate Security Plan – Bidder must describe, in detail, the type of security that will be provided at the gates while work is being performed. Describe the method of controlling entry to the site to ensure only authorized personnel gain access to the site. The technical approach is limited to 6 pages (front only or 3 pages front and back) using font size no smaller than 10. In addition to the 6 pages of narrative, you are allowed up to 5 pages of photos identifying the type equipment that will be utilized on this project. Envelope #3 Pricing: Must only include the pricing sheet “Schedule C”. This must be completed to include the amount, signature and date. Evaluation Process: The proposal review committee will review the content of Envelope #1 Administrative Bid Documents. Any bidders that failed to include the required documents will be considered deficient and not considered for award. The bidders that include all required and completed documents will be considered eligible for technical review. The proposal review committee will then review the content of Envelope #2 Technical Approach. After review of the four items described above, the proposal review committee will provide a rating of positive (+), nil (0) or negative (-) for each of the four items in column ③ in the matrix below. A technical analysis will be completed to identify the strengths and weakness of the provided material. If there are elements of the technical approach that do not meet the requirements identified in the plans and specs the proposal will be technically deficient and not considered for award. The ratings in the matrix below will only be utilized to assist the review committee in focusing on the compliance factors of the technical approach. The % identified will help identify the elements importance to the reviewing committee. The compliant submittals will be placed in order of preference based on the most strengths first. This will be accomplished and documented prior to opening envelope #3 that contains the pricing. The proposal review committee will then review the content of Envelope #3 Pricing. The proposals will be placed in order of preference based on the proposed costs identified on the submitted Schedule C. A cost/technical tradeoff analysis will be completed after the technical approach and cost evaluations are complete. The cost/technical tradeoff analysis committee will weigh the value of the positive attributes of the technical approach in relationship to the cost. Award will be made based on the best value cost tradeoff analysis. In the unlikely event of a tie for best value, the tie breaker will be the lowest bid. Proposal Best Value Determination Matrix (In order of priority) ① ② ③ <img alt="Text Box: Envelope #2 " width="126" align="left" src="file:///C:/Users/111381~1/AppData/Local/Temp/msohtmlclip1/01/clip_image001.png" hspace="12" vspace="5" height="34" /><img alt="Text Box: Envelope #1 " width="113" align="left" src="file:///C:/Users/111381~1/AppData/Local/Temp/msohtmlclip1/01/clip_image002.png" hspace="12" vspace="5" height="31" /><img alt="Text Box: Envelope #3 " width="128" align="left" src="file:///C:/Users/111381~1/AppData/Local/Temp/msohtmlclip1/01/clip_image003.png" hspace="12" vspace="5" height="31" /> <img alt="" width="22" src="file:///C:/Users/111381~1/AppData/Local/Temp/msohtmlclip1/01/clip_image004.png" height="29" /> <img alt="" width="27" src="file:///C:/Users/111381~1/AppData/Local/Temp/msohtmlclip1/01/clip_image005.png" height="115" /> <img alt="" width="23" src="file:///C:/Users/111381~1/AppData/Local/Temp/msohtmlclip1/01/clip_image006.png" height="30" /> Item Weighted Value Rating (+, 0, -) Administrative Documents Go/No GO N/A Disposal Plan 45% Establishment of Grass 25% Root Removal Technique 20% Gate Security Plan 10% Bid N/A N/A Sum 100%
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/CVC/IFB222B/listing.html)
- Place of Performance
- Address: 3 Miles South, Enid, Oklahoma, United States
- Record
- SN05013785-W 20180802/180731231103-59ba8c654c494472f83f5e3b80be3b6f (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 |