News

AFICA- Tree Removal

Type of document: Contract Notice
Country: United States

AFICA- Tree Removal

Agency:
Department of the Air Force

Official Address:
2402 Vandenburg McGuire AFB NJ 08641

Zip Code:
08641

Contact:
Mary E. Saunders, Contract Specialist, Phone 6097545461, Email mary.saunders.3@us.af.mil – Christine T. Lehtinen, Contracting Officer, Phone 6097544713, Fax 6097544642, Email christine.lehtinen@us.af.mil

Link:

Date Posted:
25/07/2018

Classification:
F

Contract Description:

 

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-TREE 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 2005-99 (effective 16 Jul 2018) and Defense Federal Acquisition Regulation Supplement 20170629 (effective 29Jun 2018). It is the contractors’ responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as small business set-aside. The North American Industrial Classification System Code is 561730 with a small business size standard of $7.5 million. The government intends to issue a fixed price purchase order performing the service. The period of performance for this effort is that all work must be completed within 120 days of the start date. Quoted prices shall include itemized pricing for the Contract Line Item Number (CLIN) as follows:

CLIN 0001 – Provide all personnel, equipment, tools, materials, supervision, and other items necessary for ground clearing of approximately 7 acres in accordance with the attached performance work statement.  Track Road, Joint Base MDL Lakehurst, NJ.

TOTAL PRICE:  $____________________________________

SITE VISIT: A site visit will be held on 2 Aug 2018 at 0900 local time in Bldg. 5 on Joint Base MDL Lakehurst, NJ.  If you do not have access to the base please provide the below information to the following email address: mary.saunders.3@us.af.mil by 1500 local time 30 July.

Personal Information needed for access to base:

– Name

– Company Name

– Full Social Security Number

– Date of Birth.  

NOTICE TO OFFEROR:  Funds are not presently available for this effort.  No award will be made under this solicitation untl funds are available.  The Government reservces the right to cancel this solicitaiton, either before or after the closing date.  In the event the Government cancels this solicitaiton, the Government has no obligation to reimburse an offeror for any costs.

QUOTES DUE DATE:  All quotes are due no later 10 August  2018 at 2:00 PM local time.  Quotes may be emailed to mary.saunders.3@us.af.mil, or mailed 87th Contracting Squadron, Attn: Ms. Mary Saunders, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641.

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 competitive lowest price technically acceptable selection 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) Price, and (2) Technical.

ATTACHMENTS: 

1. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors.

2. Burlington County Wage Determination 2015-4191 Rev 7 dated 10 Jul 2018.

3. Security Forces Squadron Appendix.

4. Anti-terrorism statement.

5. Medical statement.

6. Area Map 1

7. Area Map 2


General Information:

FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base:

New Year’s Day 1 January

Martin Luther King’s Birthday Third Monday in January

Presidents Day Third Monday in February

Memorial Day Last Monday in May

Independence Day 4 July

Labor Day First Monday in September

Columbus Day Second Monday in October

Veterans Day 11 November

Thanksgiving Day Fourth Thursday in November

Christmas Day 25 December


APPLICABLE PROVISIONS AND CLAUSES
: Clauses and provisions incorporated by reference may be accessed via the Internet at or .

Federal Acquisition Regulation:

52.204-7  System for Award Management,

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.

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

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders — Commercial Items.

52.232-40 Providing Accelerated Payments to Small Business Subcontractors.

52.237-1 Site Visit

Addendum to 52.212-2

 a. Basis for Contract Award

This is a Lowest Price Technically Acceptable (LPTA) award decision conducted in accordance with Federal Acquisition Regulation (FAR) 15, Contracting by Negotiation, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS).  These regulations are available electronically at the Air Force (AF) FAR Site,   The Government will select the proposal with the lowest evaluated price from among those meeting the acceptability standards for non-price factors.  A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, as supplemented, whose quote conforms to the solicitation’s requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is judged to represent the lowest price technically acceptable quote. 

 b. Solicitation Requirements, Terms and Conditions

Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or subfactors.  Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award.  Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale.  The Government reserves the right to determine any such exceptions unacceptable.

 c. Technical Factor

The Government’s technical evaluation team shall evaluate the technical quotes on an acceptable or unacceptable basis.  An “Unacceptable” rating will render the entire quote unacceptable and, therefore, unawardable.  Technically acceptable is defined as providing documentation that the offeror has successfully provided these services in the past.  Offerors who fail to provide this documentation will render their quote unacceptable.

 52.212-3  Alt 1 Offeror Representation and Certification – Commercial Item (attached)

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-Representation and Certifications.

52.228-5  Insurance – Work on a Government Installation

52.252-1  Solicitations Provision Incorporated by Reference ()

52.252-2  Clauses Incorporated by Reference ()

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

252.225-7048  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,

5352.223-9001  Health and Safety on Government Installations

5352.201-9101  Ombudsman

The following provisions/clauses are applicable to FAR 52.212-5:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

52.219-6 Notice of Total Small Business Set-Aside.

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-50 Combating Trafficking in Persons,

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving,

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 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.

 

Performance Work Statement – Ground Clearing

Joint Base McGuire-Dix-Lakehurst, New Jersey

1.       DESCRIPTION OF SERVICES. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary for ground clearing of approximately 7 acres of trees at the entrance and along Track Road, Joint Base MDL Lakehurst, NJ in accordance with the following: 

a.       Provide all labor and equipment to cut and chip trees, 20 feet in from tree line along the length of track four north side. Approximately three (3) acres as per highlighted area in red of supplied map and 30 feet in from tree line on each side of road, for a total 100 foot clear zone. The entire length of road approximately four (4) Acres as per highlighted in red of supplied map.

b.      Clear all trees and chip in place the area identified on attached drawing. The chipped material shall be spread evenly throughout the cleared ground area with no piles.

c.       All tree stumps will be cut flush to ground level. 

d.      Contractor is responsible to confirm measurements before starting work.

e.      Any and all debris / trash (except chipped material) generated by this project shall be removed and properly disposed of off base by the contractor. 

f.        The work site shall remain clean and clutter free at all times. 

g.       A contract manager or alternate shall be on site during performance of this requirement. The contractor shall coordinate the time that work will be accomplished with the point of contact listed in part 2 below.  The contractor shall be responsible for daily clean up at the work site and complete restoration of the area after completion of the contract. All work shall be accomplished in accordance with all Federal, State, and local laws and regulations, applicable building codes and standards, NEC (National Electric Code), NFPA (National Fire Protection Association), BOCA (Building Officials and Code Administrators), CABO (Council of American Building Officials), and OSHA (Occupational Safety and Health Administration) codes. 

2.       POINTS OF CONTACT:

Tech POC:  Thomas F Hancock, 732-323-7616, thomas.hancock.4@us.af.mil 

87 CES/CEOES POC:  Andrew Fazio, 732-323-2860, andrew.fazio@us.af.mil

Please copy POC’s listed with all correspondence.

The Contract Manager or an alternate shall be available within sixty (60) minutes notice during normal duty hours, 7:30am to 3:30pm, to meet with Government personnel to discuss any problems encountered at the work site. The contractor will supply government Contracting Officer’s Representative (COR) with phone number for contacting purposes.

3.       ENVIRONMENTAL COMPLIANCE: Contractor is required to comply with all applicable base, local, state and federal environmental laws and regulations, including JB MDL Instructions in effect at the time of performance.  Contractor shall be responsible for obtaining and complying with any required operating permits.  Contractor shall be responsible and liable for penalties, fines, or environmental damage claims that may be required or assessed by the local, state or federal governments as a result of the contractor’s performance, or failure to perform, during the course of this contract.  The government will inspect for environmental compliance at its discretion, and will notify the COR of any discrepancies found.  In addition, contractor may be subject to contractual sanctions for environmental non-compliance including, but not limited to, termination, suspension, and debarment and adverse past performance assessment.  Any damages incurred by the contractor’s operation or negligence shall be restored to their original condition by the contractor, at no additional cost to the government. All permits and approvals shall be submitted to the base environmental office (87 CES/CEIEC) for review at least two (2) business days prior to work beginning.

4.       PERFORMANCE PERIOD: All work shall be completed within 120 (one hundred twenty) calendar day period, excluding federal holidays.

5.       BASE ENTRY:  The contractor shall obtain the necessary passes and /or identification for entry into Joint Base McGuire-Dix-Lakehurst for all employees prior to commencement of work.  The Government reserves the right to refuse to issue an entrance pass to any employee for any reason deemed valid by the Government.  The contractor shall be required to provide the Security Forces with vehicle registration(s), proof(s) of insurance, driver license(s), and a picture ID(s) to obtain a pass for entry onto the base.  The Pass and Registration building is located on Rt. 547, Lakehurst, NJ.

6.       SECURITY FORCE AND FIRE PROTECTION:  USE 911 TO REPORT ALL EMERGENCIES (POLICE, FIRE, EMS). The Base Security Police Non-Emergency telephone number is 609-562-6001.

7.       INSPECTION / ACCEPTANCE OF PROJECT COMPLETION:  A final inspection will be scheduled upon completion of all work. Contact the Quality Assurance Evaluator two (2) days prior to completion for a site visit.

Response Date:
081018

Sol Number:
FA4484-18-Q-TREE

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy