Florida Bids > Bid Detail

7th Plantations Timber Sale on Eglin AFB, FL

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 55 - Lumber, Millwork, Plywood, and Veneer
Opps ID: NBD00159010281398513
Posted Date: Jul 7, 2023
Due Date: Aug 3, 2023
Solicitation No: FA282323Q4018
Source: https://sam.gov/opp/b7805f52a4...
Follow
7th Plantations Timber Sale on Eglin AFB, FL
Active
Contract Opportunity
Notice ID
FA282323Q4018
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE TEST CENTER
Office
FA2823 AFTC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jul 07, 2023 11:13 am CDT
  • Original Published Date: Jul 07, 2023 10:47 am CDT
  • Updated Date Offers Due: Aug 03, 2023 10:00 am CDT
  • Original Date Offers Due: Jul 31, 2023 10:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 18, 2023
  • Original Inactive Date: Aug 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5510 - LUMBER AND RELATED BASIC WOOD MATERIALS
  • NAICS Code:
    • 113310 - Logging
  • Place of Performance:
    Eglin AFB , FL 32542
    USA
Description View Changes

AFTC/PZIOC (Eglin AFB, FL) contracting division intends to solicit and award a Firm-Fixed Price “Sales” contract for a timber sale at Eglin Air Force Base (AFB), FL. The contractor shall provide all management, tools, supplies, transportation, equipment, and labor necessary for 22P02, 22P11, and 20P32 7th Plantations timber removal services at Eglin AFB, FL in accordance with the attached Statement of Work (SOW), SF1449 Solicitation, and maps. This award will consist of one contract line item number CLIN (0001) with 234 acres that contains approximately 6,525 tons of pine timber.



1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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.



2. Solicitation number: FA282323Q4018. Offerors shall comply with the entire SF1449 solicitation document attached to this notice for applicable instructions, provisions, and clauses. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition and are included in the SF1449: 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, 52.212-2, Evaluation – Commercial Products and Commercial Services, 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services.



3. The following Attachments to this notice include the: (1) SF1449 Solicitation Number FA282323Q4018; (2) Statement of Work titled 7th Plantations Timber Sale (3) 7th Plantations Map; (4) 7th Plantations Vicinity Map.



4. The NAICS code is 113310 - Logging. This solicitation is unrestricted and being procured using full and open competition.



5. Quotes shall be submitted by inserting: (1) the unit price; (2) amount price and (3) and net amount price in CLIN 0001 (page 3) of the SF1449. The amounts can be hand-written in and must be readable. (1) Insert the offeror’s price per unit under UNIT PRICE in CLIN 0001. (2) Insert the offeror’s total price amount under the word AMOUNT in CLIN 0001 (which should equal 6,525 Actual Tons – multiplied by the offeror’s unit price). (3) Insert the offeror’s total price amount again to the right of the words NET AMT in CLIN 0001 – under the line. Offerors shall also complete/fill in Blocks 30a. (SIGNATURE OF OFFEROR/CONTRACTOR; 30B. NAME AND TITLE OF SIGNER; and 30c. DATE SIGNED – on the cover page SF 1449 bottom left corner. Offerors are only required to return the filled out SF1449 cover page and page 4 (with CLIN 0001).



6. Payment for this sale will be on a lump-sum basis, where the winning offeror pays 100% of the offered price prior to the beginning period of performance and upon execution of the contract.



7. The winning offeror shall schedule and attend a conference and contract signing with the Government no later than 14 calendar days upon award notification.



NOTE: Prior to the conference, the selected/winning offeror shall provide the following: (1) proof of financial responsibility document from their financial institution; sample letter will be provided by the government, and (2) evidence of general liability and property damage liability insurance to be submitted by contractor’s insurer. During the conference, a list of all haul vehicles or trailer numbers with state license tag numbers must be provided. Failure to provide the above requirements will deem the offer ineligible for award/non-responsive.



8. The Performance Period will be a total of 12 months.



9. Offers due date/time. Solicitation package responses shall be received electronically no later than 10:00 AM CST on 3 August 2023. Questions (if applicable) shall be received electronically No Later Than (NLT) 10:00 AM CST 27 July 2023. Government will provide responses/answers (if required) by an amendment. The Government anticipates posting the responding amendment NLT 10:00 AM 25 July 2023.



10. Required Quotation Package



Vendors shall submit quote package electronically (by e-mail) and the Government shall receive the package not later than the established date and time. Electronic mail (e-mail) submission to the below email address is the only acceptable method to submit a response to this solicitation.



Point of Contact: Niyiah Roney, AFTC/PZIOC, Contract Specialist, niyiah.roney@us.af.mil.



11. No official site visit will be held. However, potential offerors are encouraged to schedule visiting/inspecting the site prior to the solicitation closing date and time. Offerors need to contact one of the Jackson Guard personnel by calling Michael Kratz. Contact information: michael.kratz.2@us.af.mil.



Amendment 1: The purpose of this amendment is to correct the due date.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 850 882 5040 308 WEST D AVE BLDG 260 STE 130
  • EGLIN AFB , FL 32542-5418
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >