SOLICITATION NOTICE
F -- AFICA_BEAVER PIPES - Package #1
- Notice Date
- 9/11/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
- ZIP Code
- 08641
- Solicitation Number
- FA4484-18-Q-0014
- Archive Date
- 10/9/2018
- Point of Contact
- Ramnarine Mahadeo, Phone: 6097543956, Orlando Loaiza, Phone: 6097542889
- E-Mail Address
-
ramnarine.mahadeo.1@us.af.mil, orlando.loaiza@us.af.mil
(ramnarine.mahadeo.1@us.af.mil, orlando.loaiza@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Antiterrorism Statement SFS Statement Medical Statement Mandatory form must fill out FAR 52.212-3 ALT 1 COMBINED SYNOPSIS/SOLICIATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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. Solicitation number FA4484-18-Q-0014 is being issued as a Request for Quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 (effective 22 Aug 2018) and Defense Federal Acquisition Regulation Supplement 20180824 (effective 24 Aug 2018). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as 100% small business. The North American Industrial Classification System Code is 115310 Support Activities for Forestry, with a small business size standard of $7.5M. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - Contractor shall provide all necessary personnel, design plans, facilities, equipment, and materials required for installing 7 beaver pipes in accordance with the Statement of Work (SOW). All work must also be in compliance with U.S.C Title 16 Chapter 5A, N.J.S.A. Title 23, JBMDLI 32-7064, and N.J.S.A. Title 13:1B-34, N.J.A.C. 7:25-5. Total Cost $_____________ *Note: All offerors are required to fill-out and return Federal Acquisition Regulation clause 52.212-3 Alt 1 (attached) **Notice to Offeror IAW AFFARS MP5332.7: 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. SITE VISIT INFORMATION: A site visit will be available upon request. If you would like to visit the site you must notify Mr. Ramnarine Mahadeo via email ramnarine.mahadeo.1@us.af.mil within three days of this solicitation. You will need to provide the following information in order to access the base: - Name - Company Name - Full Social Security Number - Date of Birth QUOTES DUE DATE: All quotes are due no later than 2:00 PM 24 Sep 2018. Quotes may be emailed to Ramnarine.Mahadeo.1@us.af.mil QUOTATION PREPARATION INSTRUCTIONS: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) evaluation/award process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technically acceptable the offeror must include documentation that the items and/or services offered meet the salient characteristics of the statement of work. Failure to provide this documentation will render the offer technically unacceptable and unawardable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs. ATTACHMENT: Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ Federal Acquisition Regulation: 52.204-7 System for Award Management, 52.204-13, System for Award Management Maintenance, 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-20, Predecessor of Offeror 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.212-1, Instructions to Offerors- Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications, 52.228-5 Insurance - Work on a Government Installation 52.252-1, Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/) 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DOD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.211-7003, Item Unique Identification and Valuation 252.225-7048 Export - Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments, 5352.201-9101, Ombudsman 52.212-2, Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following provisions/clauses are applicable to FAR 52.212-5: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-41, Service Contract Labor Standards 52.222-50, Combating Trafficking in Persons, 52.222-55, Minimum Wages Under Executive Order 13658 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-1, Buy American--Supplies 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. ATTACHMENTS: 1. Statement of Work 2. Medical Statement 3. Security Forces Appendix 4. Antiterrorism Statement PERFORMANCE WORK STATEMENT (PWS) INSTALL NEW BEAVER PIPES AT SEVERAL LAKES ON JB MCGUIRE DIX LAKEHURST (JB MDL) 2.0 Background 2.1 JB MDL has a viable beaver population, however some areas are negatively affected by their presence. There are multiple locations where beaver impact roadways and culverts with clogs. 3.0 Requirement 3.1 The contractor shall provide all labor, equipment and delivery to survey, design, and supply and install seven Beaver Pipes in four locations at McGuire and three locations at Lakehurst Joint Base, MDL, and New Jersey. 3.2 The contractor shall provide a copy of the survey and design prior to installing the beaver pipes. The survey shall include the flora, fauna, special habitats, and natural communities of the specific sites. Design must take into account safety of wildlife and consider the ecosystem and natural communities of the surrounding area and lakes. Proposed design must be properly sized for each specific location. Trapezoid shape/design of the beaver pipes are preferred but not required. 3.3 The beaver pipe installation shall include: 3.3.1 Inner and outer reinforced wire mesh cage guards as well as piping to ensure flow is continuous and unobstructed by new beaver activity. The framing shall support the weight of accumulated debris. 3.3.2 The enclosure walls must be environmentally safe, non-toxic poly or epoxy coating capable of protecting water quality. 3.3.3 The pipes will be a minimum of 12" to a maximum of 18" in diameter. 3.3.4 Contractor shall provide topography of the installation site to dictate whether the pipes are to be 20' or 40' long. 3.4 All filter devices will be roughly 5' x 10' and 3' tall; devices will create an area no smaller than a 150 square feet for proper drainage. 3.5 Fencing will be constructed out of rust proof wire, 6-gauge minimum, epoxy-coated to protect the steel from dissolving in the acidic water. 3.6 Beaver pipe must have mesh on bottom to prevent tunneling or burrowing by animal. 3.7 Post must be 5 to 8" in diameter. 3.8 Contractor must have 7 years minimum working experience with wet land and wildlife. Shall provide adequate oversight, review, and quality control on all field work, analyses and documentation. All work must also be in compliance with U.S.C Title 16 Chapter 5A, N.J.S.A. Title 23, JBMDLI 32-7064, and N.J.S.A. Title 13:1B-34, N.J.A.C. 7:25-5.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-18-Q-0014/listing.html)
- Record
- SN05084190-W 20180913/180911231431-d17113d9bbd840b70ef28e85a6ea119f (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 |