Federal Contract Opportunity

Last Updated on 27 Jun 2025 at 5 PM
Combined Synopsis/Solicitation
Moody air force base Georgia

Bemiss Field Tree Cutting

Details

Solicitation ID FA483025Q0062
Posted Date 27 Jun 2025 at 5 PM
Response Date 29 Jul 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4830 23 Cons Cc
Agency Department Of Defense
Location Moody air force base Georgia United states 31699

Sign up to access Documents

Signup now

This is a combined synopsis and solicitation for a commercial service prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) 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.

The solicitation number for this procurement is FA483025Q0062 and it is issued as a Request for Quotation (RFQ).

All References to “offer” or “offeror” in the clauses and provisions incorporated below are deemed to have the meaning of “quotation” and “quoter” respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award or starts of performance.

The Government intends to evaluate quotations and award a single contract without discussions with Quoters; therefore, the Quoter’s initial quotation should contain the Quoter’s best terms from a price and technical standpoint. The Government does reserve the right to conduct discussions if deemed by the Contracting Officer to be in the best interest of the Government.

This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-03, DFARS Change 01/17/2025, and DAFFARS Change 10/16/2024. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 115310. The small business size standard is $11.5 million. The Government intends to award a single contract from this solicitation.

This acquisition will be set aside 100% for Small Businesses in accordance with FAR 19.502-2(a).

Description: This RFQ solicits quotes for tree cutting services on approximately 22 acres located north of the HC-130 assault strip on Grand Bay Range, Moody AFB. The project involves felling trees that present obstacle height violations and critical safety concerns for aircraft operations. All fallen trees must be left on-site and cannot be sold or harvested due to the presence of embedded bullets and metal fragments. The selected contractor will be responsible for all labor, equipment, and disposal compliant with environmental regulations and base safety protocols.

Several trees north of the HC-130 assault strip on Grand Bay Range, Moody AFB, exceed obstacle height limits and pose critical safety risks, necessitating an adjustment to the assault strip's landing threshold. This adjustment considerably reduces the usable airstrip length for short-field HC-130 operations. Approximately 22 acres of trees require cutting. The fallen trees must remain on-site and cannot be sold or harvested due to the possibility of embedded bullets and metal fragments.

FOB Point: Destination (Bemiss Field on Grand Bay Range (GBR), Moody AFB, GA.)

Period of Performance: It is anticipated the project will start within 15 calendar days of the award.

All quoters must be registered with System for Award Management (SAM) and the online representation and certification in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606- 8220, or 334-206-7828 for international calls. Quoters that reject the terms and conditions of the solicitation may be excluded from consideration.

The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) clauses apply to this RFQ and will be incorporated into the resulting contract. All clauses may be viewed in full text via the internet at http://acquisition.gov.

The Certificate of Compliance with Insurance Requirements (Attachment 4) applies to the solicitation.

The following provisions and clauses will be incorporated:

FAR 52.212-1 Instruction to Offerors – Commercial Items

FAR 52.212-2 Evaluation-Commercial Items

Quotations shall contain the following information:

RFQ Number

Time Specified for Receipt of Quotations

Name

Address

CAGE/UEI

Telephone Number of Quoter

Name and Email address of Representative authorized to discuss quote

Any Discount Terms

Acknowledgement of all Solicitation Amendments (if applicable).

Quotations shall also include the following required documentation:

  1. Price: Quoted prices must be submitted using the Pricing Schedule at Attachment 7. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example $0.02 not $0.0231). Quoters rejecting the terms and conditions may be excluded from consideration. Note: Department of Labor (DOL) Wage Determination 2015-4493 Rev. 28, dated 05/23/2025, at Attachment 2, applies.

  1. Technical: The quoter must submit technical documentation that clearly demonstrates a complete and realistic plan to meet objectives stated in Parts I & II of the Statement of Work (SOW). The technical submission shall also include a mobilization plan and a timeline for completion of the requirement. The quoter shall also provide proof of insurance by completing Attachment 4. The technical documentation submitted for this Request for Quote shall be no more than ten (10) pages.

  1. Past Performance: Past Performance will be evaluated Acceptable or Unacceptable IAW FAR15.305(a)(2)(iv). An unknown or neutral past performance is considered acceptable.

Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter who presents the best value continuum using Lowest Price-Technically Acceptable (LPTA). Award will be made to the lowest-priced proposal meeting or exceeding acceptable standards for non-price factors. These non-price factors will be Technical and Past Performance, and both will be rated on an “Acceptable" or "Unacceptable" basis.

  1. Price: Evaluation of price will consider the total of the service to be provided. The CLIN price will be evaluated as the fully burdened price, rounded to the nearest cent. Offerors will be ranked from lowest to highest according to the total evaluated price. The two lowest priced proposals will be evaluated first.

  1. Technical: The Technical approach will be evaluated based on the quoters ability to meet the objectives stated in the SOW, mobilization plan, and timeline to complete requirement.

  1. Past Performance: Evaluation of past performance will consider past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar.

A site visit will be held on 14 July 2025 at 2:00 PM EST. Interested vendors will meet at the 23d Contracting Squadron, 4380 Alabama Road, Moody AFB, GA 31699 (Attachment 9- Base Map). Parties will then proceed to the Grand Bay Range. If you wish to attend, fill out Attachment 5 - Base Pass Request and email it to the contracting POCs no later than 2:00 PM EST 3 July 2025. A government issued REAL ID is required for entrance into the installation.

Questions and Answers: Should you have any questions about this requirement, please submit them no later than 2:00 PM EST 16 July 2025, all questions must be emailed to the POCs via Attachment 3. Answers to all questions will be posted to SAM.gov when the government has generated any and all answers. Should an amendment be necessary to allow for additional time, this solicitation may be extended with a later quotation due date.

Response Time: Quotations will be accepted electronically no later than 2:00 PM EST on Tuesday, 29 July 2025. All quotations shall be marked with the RFQ number and title. Email quotations shall be sent to both the primary and alternate points of contact identified below.

Primary Point of Contact: Connor-Marie Smith, Email: [email protected], Phone 229-257-2811

Alternate Point of Contact: Ms. Amanda Richardson, Email: [email protected], Phone: 229- 460-4917

Wage Determination:

IAW FAR 52.222-41 Wage Determination No.: 2015-4493 Rev. 28 Dated: 05/23/2025 applies and can be found at www.sam.gov  

ATTACHMENTS:

Attachment 1 – Statement of Work

Attachment 2 – Wage Determination 15-4493 Rev. 28  

Attachment 3 – Official Questions Form

Attachment 4 - Required Insurance Compliance Attachment 5 – Base Pass Request

Attachment 6 – Georgia Forestry Manual

Attachment 7 – Pricing Schedule

Attachment 8 – Provisions and Clauses

Attachment 9- Base Map

Similar Opportunities

Moody air force base Georgia 29 Jul 2025 at 6 PM
Fort myer Virginia 07 Jul 2025 at 4 PM
Fort myer Virginia 07 Jul 2025 at 4 PM
Sacramento California 07 Jul 2025 at 4 PM
Wardsboro Vermont 08 Jul 2025 at 9 PM

Similar Awards

Missouri 21 Jan 2020 at 5 PM
Location Unknown Not Specified
Location Unknown Not Specified
Location Unknown Not Specified
Location Unknown Not Specified