Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:RFQ-19-4329-FS02
This is a re-submittal of a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 13-106, as supplemented with additional information included in...
This is a re-submittal of a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 13-106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-19-4329-FS02 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 01-27. FAR 52.219-6, Notice of Total Small Business Set-Aside is applicable to this acquisition. The small business size standard is 500 people. The NAICS code is 238910 and Product and Service Code (PSC) is Z2PC. GENERAL DESCRIPTION OF REQUIREMENT: Clear approximately 20 acres of clear-cut land for the purpose of transplanting pecan trees. The land was previously planted in pine and had several hardwood tree and brush species on it as well. All the designated area will be cleared (I.A.W SOW) in a manner suitable for the transplanted pecan trees survival. The successful bidder will be responsible for obtaining any Federal, State, or Local permits that are required to complete the process and abide by all Federal, State, and Local regulations governing the process. Delivery of any equipment/tools and the clearing of land will be required to start within 5 days of award or notice to proceed date. All contractors must visit the site and acquaint themselves with the conditions of the site and obtain dimensions prior to submitting a quotation. Visits can be scheduled through the Primary POC: William Rengstorf or Secondary POC: Buddy Murph. Failure to conduct a site visit prior to quoting can be grounds for not being considered for award. I.A.W. FAR 4.11 Offerors and quoters are required to be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. 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 other factors shall be used to evaluate quotes: technical capability or quality of service offered and past performance/prior experience. The provisions of FAR 52.232-18 - Availability of Funds are incorporated into this notice: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Office. The awarded Contractor will be notified no later than 3 days after the closing date if the total, partial or no funds have been made available. To be considered for an award, please complete SF1442, Alternative Payment Protection plan and any additional paperwork. The provision at 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; FAR 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition. The following FAR clauses cited in 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; 52.203-3 Gratuities; 52.222-4; Overtime Compensation; 52.222-6, Davis-Bacon Act; 52.222-8 Payrolls and Basic Records; 52.222-35; Equal Opportunity for Veterans; 52.222-36; Equal Opportunity for Workers with Disabilities; 52.225-9; Buy American Act; 52.228-13 Alternative Payment Protections; 52.232-34, Payment by Electronic Funds Transfer; 52.236-7, Permits and Responsibilities; 52.236-12, Cleaning up; 52.246-12, Inspection; 52-249-1, Termination for Convenience applies to this acquisition. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are due 17 days from the date this notice is published in the FedBizOps by 11:00 AM EST, April 22, 2019 at USDA Agricultural Research Service, 21 Dunbar Rd., Byron GA. 31008. POC for proposals and questions regarding requirement: William Rengstorf, Contract Specialist, (478) 297-9040, William.Rengstorf@ars.usda.gov POC 2 for questions regarding requirement & schedule: Buddy Murph, Farm Center Supervisor, (478) 262-1284, Buddy.Murph@ars.usda.gov Note: All questions submitted (orally or electronically) will be posted to the solicitation.