Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2006 FBO #1704
SOLICITATION NOTICE

38 -- 3 Corners Meadow Grade Control

Notice Date
7/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, CA, 95959-2250
 
ZIP Code
95959-2250
 
Solicitation Number
AG-9A63-S-06-0110
 
Response Due
8/10/2006
 
Archive Date
10/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ #_AG-9A63-S-06-0110_, Three Corners Meadow Grade Control This is a combined synopsis solicitation in accordance with FAR 12.603. Contracting Office: ATTN: Matthew Gagnon USDA Forest Service IBET PROVINCE ACQUISITIONS 631 Coyote St. Nevada City, CA 95959 FAX: 530-478-6126 NAICS: 238910 Excavating, Earth-moving, Land Clearing, Mining. Size Standard $13M SET ASIDE: 100% Small Business Set Aside ISSUE DATE: 7/25/2006 SITE VISIT: coordinate through Contracting Officer RESPONSE DATE: 8/10/2006 at 4:30 PM PST ANTICIPATED AWARD DATE: 8/11/2006 The award will be made as a Fixed Price Estimated Quantities Contract. NOTICE TO PROCEED: expected start date 8/25/2006, completed project no later than 9/29/2006. A notice to proceed specifying start date will be issued after coordination with selected contractor. DELIVERY SCHEDULE: 5 consecutive days from notice to proceed. POINTS OF CONTACT: Matthew Gagnon, Contracting Officer; ph. 530-478-6826, fax. 530-478-6126 email, matthewgagnon@fs.fed.us Randy Westmoreland, Contracting Officer?s Technical Representative, 530-587-3558 LOCATION: Three Corners Meadow is accessed from Highway 89 about 1 mile north of Calpine on Forest Road 71. Road 71 is a dirt road. The Three Corners Meadow is located approximately 5 miles from the paved road. (The site is accessible by two-wheel drive vehicles.) For further clarification on directions, please contact the contracting officer. DESCRIPTION OF SERVICES: Description of Work: The intent of this contract is to supply equipment with operators and rock to repair a grade control structure that was washed out in the January 2006 flood event. Government COTR will coordinate schedule and provide technical onsite direction of the placement of the rock material. Contractor Responsibility: The Contractor shall provide everything--including, but not limited to, all equipment, supplies (including rock and boulders), transportation, labor, and supervision--necessary to complete the project, except for that which the contract clearly states is to be furnished by the Government. Ordering Procedures: The order for equipment and operators will be placed in accordance with site specific needs and is not guaranteed to reach the maximum ordering limit. The ordering of hours for each type of equipment will be coordinated at least 24 hours in advance. Minimum order for each type of equipment is 8 hours. The order for supplies of rock and boulders will be placed in accordance with site specific needs and is not guaranteed to reach the maximum ordering limit. The ordering of rock and boulder will be coordinated at least 24 hours in advance. Minimum order for line item 005- Rock 2 Ft minus is 200 tons, and Line item 006-Boulders- 3 Ft is 50 tons. Maximum Order limit for the aggregate of all line items is $50,000.00 unless a modification is signed and completed to increase the amount. Depending on situational need more equipment hours or rock may be ordered against this contract at the quoted prices. Contractor is required to track amount expended on this contract for each line item. The Government will not pay in excess of the maximum amount unless a formal written agreement. The formal written agreement must be signed by all parties prior to expending time and materials above and beyond the maximum amount. INSTRUCTIONS TO OFFERORS: 1. Update or Register in the Central Contractor Registry located at www.ccr.gov. 2. Provide FAR 52.212-3 Offeror Representations and Certifications (http://www.acquisition.gov/far/current/html/52_212_213.html) or be registered in http://orca.bpn.gov 3. Provide the contractor Capability form (completed). (if illegible in this format a copy can be faxed to you to fill out for quotation-call the Contracting Officer above) 4. Provide the Schedule of Items form (completed). Ensure signature and contact information are on form. (if illegible in this format a copy can be faxed to you to fill out for quotation-call the Contracting Officer above) 5. FAX(preferred) or Mail all above material to contact number and address above. The Government intends to award without discussion, however if discussions are necessary to obtain the best value, the government reserves the right to open discussions with one or more contractors. The contractor is encouraged to provide their best pricing/offer during the initial quotation. SCHEDULE OF ITEMS: **NOTE- Please provide a price per unit below and submit in accordance with instructions. Quantities listed are for evaluations purposes only and are estimates of expected quantities. Quantities ordered will vary, and will be ordered in accordance with the ordering instructions on a price per unit basis. Faxed (530-478-6126) quotations will be accepted in the following format. PART 1, SCHEDULE OF ITEMS SECTION B SUPPLIES OR SERVICES, AND PRICES/COSTS PROJECT Three Cornered Meadow Repair Ver 12/02 UNIT Sierraville Ranger District TNF SOL. # ITEM NO. DESCRIPTION UNIT QUANTITY** See Above UNIT PRICE TOTAL PRICE 001 Excavator - Catapillar 320 B, w/36" or larger bucket, w/live thumb, 43,000 lbs w/o thumb, 140 fwhp, with operator, or equivalent hour 40. $ - $ - 002 Wheeled loader - Caterpillar 966C w/3 yd or larger bucket, or equivalent, with operator. hour 20. $ - $ - 003 Water Truck - 2,500 gallon or larger with 150 ft of 1 1/2 in hose with operator hour 40. $ - $ - 004 Dozer - D6 without operator (share loader operator) 20. $ - $ - 005 Rock - 2 ft minus (pit run with emphasis on 2 ft size) ton 750. $ - $ - 006 Boulders - 3 ft ton 100. $ - $ - TOTAL $ - NOTES: 1. Responses for quantities less than those listed in the numbered items may be rejected. 2. Responses without prices for each item and sub-item may be rejected. Rock quantities are estimates. Actual quantities may vary PRICE SUBMITTED BY: Signature Phone Vendor Name FAX Address Email CAPABILITY INFORMATION CONTRACTOR NAME, ADDRESS AND TELEPHONE NUMBER: 1. LIST RELATED EXPERIENCE: 2. LIST REFERENCES (NAME AND PHONE NUMBERS) FOR THE LAST 3 YEARS: NAME, ADDRESS & PHONE NUMBER OF PERSON TO CONTACT TYPE OF PROJECT DATE CONTRACT AMOUNT 3. LIST ALL OF YOUR FIRM?S CURRENT CONTRACTUAL COMMITMENTS CONTRACT AMOUNT TYPE OF PROJECT DATE PERCENT COMPLETE NAME, ADDRESS & PHONE NUMBER OF PERSON TO CONTACT FOR INFORMATION 4. ORGANIZATION AND PERSONNEL THAT WILL BE AVAILABLE FOR THIS PROJECT: 5. SPECIFY EQUIPMENT AVAILABLE FOR THIS PROJECT/ SPECIFY PROGRESS RATE FOR THIS PROJECT. PROVISIONS: FAR 52.212-2 Evaluation ? Commercial Items (JAN 1999) (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. The following factors shall be used to evaluate offers: ___TECHNICAL CAPABILITY________________ [Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); (iv) small disadvantaged business participation; and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.] Technical and past performance, when combined, are ___Slightly less important than price_______ [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.] (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (MAR 2005) Contractor must go to: 52.212-3 Certifications and Representations?Commercial Items. Found at: http://www.acquisition.gov/far/current/html/52_212_213.html 52.215-5 Facsimile Proposals. As prescribed in 15.209(e), insert the following provision: FACSIMILE PROPOSALS (OCT 1997) (a) Definition. ?Facsimile proposal,? as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 530-478-6126 (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document? (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.242-14 Suspension of Work (APR 1984) 52.204-7 Central Contractor Registration (OCT 2003) FAR 52.211-10 Commencement, Prosecution, and Completion of Work (APR 1984) The Contractor shall be required to (a) commence work under this contract within _21_ calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than _21__after the effective date of the notice to proceed. The time stated for completion shall include final cleanup of the premises. Pre-work Pre-work conference. Before work begins on service contracts, a pre-work conference is normally held to discuss the contract--especially the specifications, labor provisions, plan of work, and selected standard clauses. The pre-work meeting should be attended by an officer of the firm or someone designated in writing to act on behalf of the firm. The pre-work meeting may be waived at the discretion of the Contracting Officer. Notice to Proceed. A. [ XX ] No work may begin on this contract until the Contracting Officer has issued a Notice to Proceed. Payment Payments . Payment will be made for fully acceptable work at the prices bid in the schedule of items. Payment will be made monthly or at the milestones specified below: Deductions In accordance with the inspection clause, payment may be made for less than fully acceptable work at a reduced price. Other exceptions are noted below: Contract Release. Before final payment will be made the Contractor shall sign a release of all claims against the Government arising by virtue of this contract, other than claims, in stated amounts, that the Contractor has specifically excepted from the operation of the release. A release may also be required of the assignee if the Contractor's claim to amounts payable under this contract has been assigned under the Assignment of Claims Act of 1940 (31 U.S.C. 3727 and 41 U.S.C. 15). Invoices. B. [XX ] Payment will be made from Contractor's invoice. In service contracts where work is paid for on a monthly basis and the Government prepares the invoice, the date for receipt of a proper invoice is established as the second working day of the month, starting with the month following the first service performed under the contract. Incidental Items The intent of the contract is to provide for the completion of the project described in the contract. Unless otherwise provided, the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies and perform all work required to complete the project in accordance with drawings, specifications, and provisions of the contract. Payment for contract work will be made only for and under those pay items included in the Schedule of Items. All other work and materials will be considered as incidental to and included in the payment of items shown. FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders?Commercial Items (APR 2006) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). _X_ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (26) 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). On file in Contracting Office. _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). WAGE DETERMINATION NO: 94-2055 REV (27) AREA: CA,SACRAMENTO HEALTH AND WELFARE LEVEL - INSURANCE ONLY **OTHER WELFARE LEVEL WD:94-2056 Wage Determination No.: 1994-2055 Revision No.: 27 Date Of Revision: 05/24/2006 State: California Area: California Counties of Alpine, Amador, Butte, Colusa, Del Norte, El Dorado, Glenn, Humboldt, Lake, Mendocino, Modoc, Nevada, Placer, Plumas, Sacramento, Shasta, Sierra, Siskiyou, Sutter, Tehama, Trinity, Yolo, Yuba **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE MINIMUM WAGE RATE 23440 - Heavy Equipment Operator 25.47 31361 - Truckdriver, Light Truck 12.16 31362 - Truckdriver, Medium Truck 16.15 31363 - Truckdriver, Heavy Truck 17.83 31364 - Truckdriver, Tractor-Trailer 17.83 ________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $3.01 per hour or $120.40 per week or $521.73 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174)
 
Place of Performance
Address: Sierraville Ranger District, Sierraville, Ca.
Zip Code: 96126
Country: UNITED STATES
 
Record
SN01097021-W 20060727/060725220204 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.