Ash Borer Mitigation Phase 1
AMENDMENT 3: Answers to questions have been answered and posted. also new map has been added. Amendment 2: Locations of trees were changed. Please see updated SOW V4. Amendment 1: Removing the distanc... AMENDMENT 3: Answers to questions have been answered and posted. also new map has been added. Amendment 2: Locations of trees were changed. Please see updated SOW V4. Amendment 1: Removing the distance restriction of 100 miles. Site visit is now 09 August 2019 and quotes are now due 15 August 2019. The 375th Contracting Squadron, Scott Air Force Base, IL is contemplating an award to perform tree and stump removal to mitigate Ash Borer spread. Scott Air Force Base is conducting market research to determine the availability of businesses capable of providing tree and stump removal to mitigate Ash Borer to trees located at Scott Air Force Base. Scope of Work defined in attached Statement of Work (SOW). This is a commercial purchase using Federal Acquisition Regulation (FAR) Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, 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. (ii) Solicitation number FA440719Q3009 issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2019-3, effective 12 Jul 2019, and the Defense Federal Acquisition Regulation Supplement DPN 20190628 (Effective 28 Jun 2018) Edition. (iv) This acquisition is being solicited as a 100% Small Business Set Aside Federal Business Opportunities webpage FedBizOpps under North American Industry Classification System (NAICS) code 561730; Landscaping Services, Product Service Code (PSC) is S208; Housekeeping-Landscaping/Grounds keeping, and the business size is $7.5 Million. (v) Contract Line Item Number(s) CLINS: Item # Description Quantity Unit Unit Price Total Price 0001 Small Trees: Diameter 0" to less than 12" (exact sizes listed in statement of work) Treat soil and seed after tree removal (instruction in statement of work 1.2) 3 EA 0002 Medium Trees: Diameter 12" to less than 24" (exact sizes listed in statement of work) Treat soil and seed after tree removal (instruction in statement of work 1.2) 26 EA 0003 Large Trees: Diameter 24" to less than 36" (exact sizes listed in statement of work) Treat soil and seed after tree removal (instruction in statement of work 1.2) 18 EA 0004 Extra Large Trees: Diameter 36" and above (exact sizes listed in statement of work) Treat soil and seed after tree removal (instruction in statement of work 1.2) 1 EA GRAND TOTAL $ (vi) Description of requirements: The contractor shall furnish all labor, transportation, materials and equipment to remove trees and stumps and any associated debris from said removal located at Scott Air Force Base, IL. Approximate number of trees is forty-eight (48) see appendix A of the SOW. The contractor shall accomplish tree and stump removal at locations indicated in Appendix B, Maps located in the SOW. Trees to be removed shall also be marked by Civil Engineering Squadron (CES) with flagging. To ensure Emerald Ash Borer larvae destruction, ALL trees removed shall be chipped and disposed of within St. Clair County, Illinois. The contractor shall perform stump and perimeter roots removal by completely removing, by cutting and/or grinding, all growth to a minimum of eight inches below grade. Stumps shall be ground within seven (7) days of the tree removal date. Stump-grinding debris shall be removed the same day grinding is performed. The contractor shall install topsoil, grass seed (95/5 sports turf mixture), starter fertilizer, and straw mulch in prepped areas and will be responsible for initial watering. Initial watering will be considered as the period until the sod or grass is considered completely installed and has taken to existing soil. The contractor shall brief 375th Civil Engineer Squadron (CES) or POC at the end of each day of services, and provide a written report within ten business days after completing services. The contractor shall abide by Scott AFB, local, county, state and federal laws under this contract. The Contractor shall use innovative industry/commercial standards/procedures and equipment to minimize the expenditure or time and funds while ensuring the highest of quality work. See attached SOW for complete details of the acquisition. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018) (Oct 2018), applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: A. SITE VISIT A site visit will be held for all interested parties on 09 August 2019 at Scott AFB, IL. Offerors shall contact Mr. Jonathan Severin at 618 256-9260 or email jonathan.severin@us.af.mil and/or Ms. Judith Jennings at 618-256-9271 or email judith.jennings@us.af.mil by 3:00 p.m. CST 08 August 2019 to confirm attendance and allow the Government sufficient time to assure your Base Pass is processed. The site visit begins promptly at 10:00 a.m. CST. Please allow sufficient time to obtain the pass from the Visitor Control Center for access to the Installation. All interested parties will meet in the main Conference Room located at 375 CONS, Bldg. 52. B. WAGE DETERMINATION (WD) At the time of this combined synopsis/solicitation, WD 2015-5075, Rev. 12, dated 05/09/19 was in effect. In the event of an updated revision to the applied WD, the updated revision will be incorporated into award. Department of Labor Wage Determination 2015-5075 Revision # 12 Date: 05/09/19. C. REAL ID ACT Version 34 Passed by Congress in 2005, the REAL ID Act enacted the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance of sources of identification, such as driver's licenses." The Act established minimum security standards for state-issued driver's licenses and identification cards and prohibits Federal agencies from accepting for official purposes licenses and identification cards from states that do not meet these standards. The following states/territories has an extension for REAL ID enforcement, allowing Federal agencies to accept driver's licenses and identification cards from at Federal facilities and nuclear power plants until: 28 Feb 2020 N. Marianas 1 Aug 2019 Kentucky 10 Oct 2019 Maine Oklahoma A. Samoa Oregon New Jersey The following states/territories are compliant with the REAL ID Act: Alabama Arizona Arkansas Colorado Connecticut Delaware DC Florida Georgia Hawaii Illinois Indiana Iowa Kansas Louisiana Maryland Michigan Mississippi Nebraska Nevada New Mexico New York N. Carolina Ohio S. Dakota Tennessee Texas Utah Vermont West Virginia Wisconsin Wyoming S. Carolina Idaho N. Dakota Puerto Rico Washington N. Hampshire Massachusetts Guam Virginia Minnesota Below are acceptable forms of identification for identity proofing for access to Scott AFB if you do not have an Enhanced Driver's License: - United States Passport or Passport Card, not expired - Driver's License or other state photo ID card issued by DMV or equivalent, IAW REAL ID enforcement schedule - An ID card issued by Federal, State or local government agencies with the all the required REAL ID Act information - Personal Identification Verification (PIV) card issued by Federal Government - Veterans Health Identification Card issued by U.S. Department of Veterans Affairs - Interoperable (PIV-I) cards issued by No-Federal Government entities - Certificate of Naturalization/ Certificate of Citizenship (form N-550) - Permanent Resident Card/Alien Registration Receipt Card (Form I-551) - DHS "Trusted Traveler" Cards (Global Entry, NEXUS, SENTRI, FAST) - Border Crossing Card (Form DSP-150) - An employment authorization document that contains a photograph (Form I-766) - U.S. Coast Guard Merchant Mariner Cards Credentials - U.S. Permanent Resident Card (Form I-551) - U.S. Refugee travel document or other travel document or evidence of immigration status issued by DHS containing a photograph - A Foreign Government Issued Passport - US Military ID (including retirees and dependents) - Transportation Worker Identification Credential (TWIC) Please contact Pass and Registration at 256-3020/ 2008 if you have any questions or need additional information. ADDENDA TO 52.212-1 (CONTINUED): PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. Contractor Name: _______________________________________________________ 2. Contractor Address: _____________________________________________________ 3. Point of Contact: ________________________________________________________ 4. Phone Number: __________________________________________________________ 5. Email Address: __________________________________________________________ 6. DUNS Number: ___________________________________________________________ 7. CAGE Code: ______________________________________________________________ 8. Business Type (i.e. Small, Women-Owned, SDVOSB, etc.): ________________________ 9. Date of Quote and Expiration Date of Quote: _____________________________________ 11. Proposed Payment Terms or Discount: _______________________________________ 12. Begin Date and End Date of Performance: _____________________________________ 13. FOB (Destination or Origin): Destination (ix) The provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. (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. For this acquisition, the following factors used to evaluate offers are: Price; and Evaluation of offers will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106-2. The Government intends to make award to the lowest priced offeror meeting the Government's minimum requirement. (End of Provision) (x) Offerors must include with their offer a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018), unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. As prescribed in 52.212-3, an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) site located at https://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. A copy of paragraphs (c) through (p) can be obtained at http://farsite.hill.af.mil/vffara.htm. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Jan 2019), applies to this acquisition. The following additional Federal Acquisition Regulation (FAR) clauses cited in 52.212-5 are applicable to the acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28, Post-Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) FAR 52.223-18, Encouraging Contractor Policies to ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) (xiii) The following FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses/provisions, which are incorporated by reference are required for the acquisition to implement provisions of law, Executive orders, or apply to FAR Part 12. FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) - Clause FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) - Provision DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011) - Clause DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) - Clause DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials (Nov 2011) - Provision DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) - Provision DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) - Clause DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) - Clause DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) - Clause DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal (Mar 2018) - Provision DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Mar 2018) - Provision DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) - Clause DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010) - Clause DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) - Provision DFARS 252.215-7007, Notice of Intent to Resolicit (Jun 2012) - Provision DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) - Clause DFARS 252.225-7000, Buy American-Balance of Payment Program Certificate (Nov 2014) - Provision DFARS 252.225-7001, Buy American and Balance of Payments Program-Basic (Dec 2017) - Clause DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) - Clause DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) - Clause DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) - Clause DFARS 252.232-7011, Payments in Support of Emergencies and Contingency Operations (May 2013) - Clause DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) - Clause DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) - Clause DFARS 252.247-7023, Transportation of Supplies by Sea-Basic (Apr 2014) - Clause AFFARS 5352.201-9101, Ombudsman (Jun 2016) - Clause AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) - Clause AFFARS 5352.223-9001, Health and Safety on Government Installations (Nov 2012) - Clause AFFARS 5352.242-9000, Contractor Access to Air Force Installations - Clause (End of Clause) (xiv) N/A (xv) QUOTES ARE DUE NLT: 15 August 2019 by 12:00 p.m. CST (xvi) Quotes are due via email to: Primary: Jonathan Severin - Phone - 618-256-9260 jonathan.severin@us.af.mil Secondary: Ms. Judy Jennings - Phone - 618-256-9271 judith.jennings@us.af.mil Interested parties with questions by phone will be directed to ask questions in writing to the email address listed above. The point of contact for this acquisition is Jonathan Severin - Phone - 618-256-9260 or email jonathan.severin@us.af.mil. In the event this individual is not available, contact Ms. Judy Jennings - Phone - 618-256-9271 or email judith.jennings@us.af.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »