|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1999 PSA#2350United States Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue,
Suite 100, Langley AFB, VA, 23665 S -- PURCHASE AND INSTALL SOD -- F4460099Q0352 SOL F44600-99-Q0352 DUE
052999 POC Darell Taylor, Purchasing Agent, Phone 757 764-2175, Fax 757
764-7447, Email taylorda2@langley.af.mil -- Clifford Hooven,
Contracting Officer, Phone 757-764-4918, Fax 757-764-7447, Email WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F44600-99-Q03
52&LocID=203. E-MAIL: Darell Taylor, taylorda2@langley.af.mil. NEW SOD
AT BASE LTA FOOTBALL FIELD Description (i) This combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6 as supplemented with additional
information included in the notice. (ii) Solicitation F44600-99-Q0352
is issued as a Request for Quote. Quotes are requested and a written
RFQ will not be issued. (iii) The solicitation document incorporates
provisions and clauses that are in effect through Federal Acquisition
circular (FAC) 97-11 and Defense Acquisition Circular 91-13. Wage
Determination number 94-2543 R(20) for 11210 -- Grounds Maintenance,
Laborer applies to this contract. It is the contractor responsibility
to be familiar with all-applicable clauses and provisions. (iv) This
acquisition will be 100% Small Business set aside, the Standard
Industrial Classified Code is 0782. (v) The 1st Civil Engineering
Squadron has a requirement for purchase and installation of new sod at
the base LTA Football Field, approximately 7,600 square yards of sod.
(vi) The following requirements applicable are: The contractor shall
provide all personnel, equipment, materials, tools, supervision, and
other items and services necessary to perform Football Field
Maintenance as defined in this Statement of Work (SOW). Work shall
consist of the removal and disposal of the existing ground cover, level
the field maintaining the crown and drainage, lay Bermuda grass sod,
and irrigate the field. The contractor shall perform to the standards
in this contract. The estimated quantities of work are listed in
Attachment 1, Workload Estimates. Site Preparation _ Remove the
existing ground cover to bare earth. Site shall be free of all debris
before sod is laid. Dispose of the ground cover according to Federal,
State, and Local regulations. Care shall be taken to prevent any damage
to the existing irrigation system. The contractor at no expense to the
government shall repair any damage to the sprinkler system incurred
during construction. Remove, paint, and reinstall two (2) goal post.
The contractor at no expense to the government shall repair any damage
to the goal post incurred during construction. Grading _ Pulverize and
fine grade to level the field. Fill low areas as needed. Adjust and
level the sprinkler heads (approximately 40) to grade and fill in
around them. Maintain a positive crown and drainage. Surveying, grade
stakes, and drawings are to be accomplished by contractor. Drawings
will be provided to CES upon completion. These areas shall be rolled to
remove all potential and actual air pockets prior to planting. Lay Sod
_ Lay Bermuda grass sod to provide an unbroken surface, except where
sprinkler heads are located, as identified by this contract. Care shall
be taken around sprinkler heads so as not to interfere with their
operation. Fertilize _ Spread fertilizer at a rate of 4 lbs. per 1000
square feet. Fertilizer shall be a starter fertilizer not to exceed a
10-10-10 rating. Irrigation _ Will be the responsibility of CES Water
Shop. (vii) Delivery: Work shall begin on June 1, 1999 and be completed
by June 8, 1999. Warranty: The contractor or manufacturer standard
commercial warranty shall apply. (viii) The following FAR provisions
and clauses are applicable to the procurement: 52.212-1, Instructions
to Offerors-Commercial Items is hereby incorporated by reference. (ix)
Solicitation provision at FAR 52.212-2, Evaluation-Commercial Items,
is hereby incorporated by reference. The Government will award a
Purchase Order resulting from this solicitation to the responsible
offeror that is most advantageous to the government. The following
factors will be evaluated: technical capability, price, past
performance and delivery schedule in compliance with the requirements
of this solicitation all the referenced clauses with price being the
most significant factor. (x) Offerors are reminded to include a
completed copy of the provision at 52.212-3, Offerors Representations
and Certifications Commercial Items and 252.212-7000, Offeror
Representations and Certification Items with its offer. Contact our
point of contact for full text if necessary. (xi) Clause 52.212-4,
Contract Terms and Conditions Commercial Items, is hereby incorporated
by reference. (xii) Clause 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Commercial Items, is
hereby incorporated by reference. (xv) Signed and dated quotes must be
submitted to 1st Contracting Squadron, 74 Nealy Ave, Suite 201,
Langley AFB, VA 23665, ATTN: SrA Taylor not later than 3:00 (EST) 29
May 99 (xvi) Contact SrA Taylor at (757) 764-2175, fax (757) 764-7447,
and no collect calls. A completed copy of the provision at 54.212-3,
Offerors Representations and Certification Commercial Items, must be
submitted with the quote. Offerors submissions shall comply with the
instructions set forth in the solicitation and FAR provision 52.212-1,
Instructions to Offerors Commercial Items and shall include, in
accordance with FAR52.212-1 the following: Technical description of the
items being quoted in sufficient detail to evaluate compliance the
requirements of the solicitation; the terms of any express warranty,
price and any discounts; delivery terms, completed copy of the
representations and certifications at FAR 52.212-3, past performance
information IAW this clause, and shall include all other applicable
information required by this clause. TECHNICAL EXHIBIT 1: WORKLOAD
ESTIMATES TYPE OF QUANITY 1. Site Preparation/ Debris Removal 7600 sq
yd 2. Survey 7600 sq yd 3. Pulverize/Fine Grade 7600 sq yd 4.
Adjust/Level Sprinkler Heads APPROX 40ea 5. Lay Sod 7600 sq yd 6.
Fertilize 273.6 lbs PRICE PROPOSAL SCHEDULE CLIN DESCRIPTION UNIT EST
QTY UNIT COST EST COST 0001AA Remove Turf/ SQ YD 7600 Dispose of Debris
0001AB Survey Grade EA 1 0001AC Pulverize/Fine SQ YD 7600 Grade 0001AD
Add Topsoil SQ YD 100 0001AE Adjust Sprinkler EA APPROX 40 Heads
0001AF Install Sod SQ YD 7600 0001AG Move/Paint EA 2 Goal Posts Point
of Contact SrA Darell Taylor, Purchasing Agent, Phone (757) 764- 2175,
Fax (757) 764-7447, Email taylorda2@langley.af.mil Scott Hooven,
Contracting Officer, Phone (757) 764-4918, Fax (757) 764-7447, Email
clifford.hooven@langley.af.mil Email your questions to SrA Darell
Taylor at Posted 05/18/99 (D-SN332720). (0138) Loren Data Corp. http://www.ld.com (SYN# 0087 19990520\S-0002.SOL)
S - Utilities and Housekeeping Services Index Page
|
|