The RFP Database
New business relationships start here

Vegetation Clearing


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The 177th Fighter Wing has a requirement for vegetation removal at its Warren Grove Range, MM 7.5
Rte 539 Warren Grove NJ 08005

Vendor shall provide labor and equipment necessary to remove vegetation for fire breaks as stipulated in the attached SOW. The government intends to award base plus two (2) option years for this requirement.


This solicitation is set-aside 100% for Small Business. The North American Classification System (NAICS) code for this acquisition is 115310-Forest Fire Suppression; Size Standard: $7.5M


The vendor selected must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors-Competitive Acquisitions; FAR 52.212-2-Evaluation-Commercial-Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items- the selectedofferor must submit a completed copy of the listed representations and certifications; FAR 52.212-4, contractTerms and Conditions-Commercial Items; FAR 52.223-6, Drug-Free Workplace; FAR 52.232-1, Payments; FAR52.232-8, Discounts for Prompt Payment; FAR 52.232-11, Extras; FAR 52.232-23, Assignment of Claims; FAR52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of ContractClaim; FAR 52.237-2. Protection of Government Buildings, Equipment, and Vegetation; FAR 52.246-4, Inspectionof Services-Fixed Price; Solicitation Provisions Incorporated by Reference; FAR 52.249-8, Default (Fixed-Price Supply & Service). The following DFARS references are incorporated herein by reference: DFARS 252.203-7002,Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense DFARS 252.223-7006, Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing Of Contract Modifications.

The following clauses will be incorporated in full text for this acquisition: FAR 52.212-2, Evaluation-Commercial Items BASIS FOR AWARD: Best Value: Lowest Price Technically Acceptable is approximately equal to Past Performance (Proposals will be evaluated using acceptable/unacceptable ratings of contractors meeting the Scope of Work). Vendor shall provide three (3) references of similar work performed within the last five (5) years.

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.217-8, Option to Extend Services; FAR 52.217-9- Option to Extend the Term of the Contract; FAR 52.222-50, Combatting Trafficking in Persons; FAR 52.223-18-Encouraging Contractor Policies to Ban Text
Messaging while Driving; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-4, Solicitation Provisions Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions. The following DFARS clauses will be incorporated by full text: DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232.7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Work Flow Payment Instructions.

Contractor Manpower Reporting:
The successful contractor will report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the New Jersey National Guard via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://cmra.army.mil, and then click on "Department of the Army CMRA" or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government FY, which runs from October 1 through
September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website at https://cmra.army.mil.

SCA Wage Determination NJ WD 2005-2345 Rev 19 dated 29 Dec 2015 applies to this requirement, which is attached and can also be found at http://www.wdol.gov/Index.aspx

 It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All Federal Acquisition Regulation (FAR) Provisions and Clauses may be viewed in full text at the Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/.

All firms or individuals responding must be registered with the System for Award Management (SAM) and Wide Area Workflow (WAWF). Information concerning SAM and WAWF registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/.

Site visit will be held on May 10, 2017 at 1230 EST.  All vendors that are interested in attending the site visit please submit your names NLT 1400 EST May 5, 2017.

This procurement will be awarded FOB DESTINATION by the 177th Fighter Wing 400 Langley Road, Egg Harbor Twp., NJ,08234. POC is MSgt Tammy Hickerson, 609-761-6522. Quotes MUST be submitted by email to usaf.nj.177-fw.list.fal-msc-contracting@mail.mil NLT 10:00, EST, 24 May 2017.


Jo Ann Ferguson, Contracting Officer, Phone 6097616096, Email joann.ferguson11.mil@mail.mil - Tammy L Hickerson, Contracting Specialist, Phone 6097616522, Email tammy.l.hickerson.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP