Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
SOLICITATION NOTICE

F -- GULF ISLANDS NATIONAL SEASHORE, DAVIS BAYOU CAMPGROUND, HAZARD TREE REMOVAL AND DISPOSAL SERVICES (PMIS # 118685)

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
SER - Gulf Islands National Seashore Contracting Office 1801 Gulf Breeze Parkway Gulf Breeze FL 32563
 
ZIP Code
32563
 
Solicitation Number
Q5320060134
 
Response Due
9/13/2006
 
Archive Date
9/1/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 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 is Q5320060134 and is issued as a Request for Quotations (RFQ) for Tree Removal and Disposal Services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12, dated August 5, 2006. This solicitation is unrestricted; pursuant to the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note) and Department of the Interior Acquisition Policy Release (DIAPR) 2004-01, Amendment 1. The North American Standard Industrial Classifications System Code is 336211 and the small business size is $6.5 million. ----SPECIFICATIONS--- Background: In August of 2005 Gulf Islands National Seashore, Davis Bayou area was devastated by Hurricane Katrina leaving numerous trees blown over and killing many of the trees in the areas. During the aftermath the incident command hired crews from other areas and removed most all trees that were considered hazardous. Now one year later due to the rising of salt water during the storm and wind whipping, there are many more pine trees that have suffered and died and the area again facing a hazardous situation, which requires more pine trees to be felled and removed. The main area of concentration at this time is the Davis Bayou Campground. The campground is closed to the public at this time but is being used to assist FEMA for parking campers to temporarily house individuals who suffered loss of their homes. Currently, there are # 51 campsites located in the area and is the MS Districts primary campground. It is imperative the Contractor understands that the removal of hazard trees will be done without the possibility of the trailers being moved. Statement of Work: General: The contractor shall provide, at Contractors expense, all supervision, labor, equipment, fuel, transportation, tools of the trade and supplies necessary to perform services as described below. The work site is located at Gulf Islands National Seashore, Davis Bayou Campground, in Ocean Springs, MS. The Contractor shall employ only such workers as are skilled in the task to which they are assigned. Work Hours: Work under this contract shall be accomplished between the hours of 7:00am and 5:30pm Monday thru Friday. Once started, work shall continue on a daily schedule until completed. Contractor shall schedule and complete work within 21 days from Notice To Proceed date. Upon request, the Contractor must notify the Contracting Officer Technical Representative when the Contractor's staff arrives and departs each day. Tree Removal: Forty-five (45) trees shall be felled and completely removed. Thirteen (13) trees shall be topped only, leaving a trunk (with no limbs) between Ten (10) feet and up to Thirty-five (35) feet in height. Tree diameter ranges from 14 inches and up to 35 inches in width. Performance standards: in accordance with accepted industry practices. Debris Removal: All wood waste and/or non-hazardous debris produced under this contract shall be removed from the job site by the Contractor at its expense the same day it is produced, unless specific alternative arrangements are made in advance with the NPS COTR. The contractor shall collect and remove all waste twigs, tree bark, limbs, tree trunks, sawdust and leaves that have been produced as a result of a tree service activity. The Contractor debris materials shall be hauled outside park property and disposed of in a proper landfill. Stump Grinding: Stump grinding will be performed by the Contractor at its expense; except for filling the hole created by the stump removal which is to be the responsiblity of the NPS. All stump grinding shall be at least 4 (four) inches below ground to allow for park employees to back fill with dirt and re-seed the area once completed. Contractor shall furnish and install flagging material 4 inches in width wording "Caution" around each hole 32 inches in height to ensure visitor and occupant safety. Safety: Contractor shall ensure all work is done in a safe manner, and comply with all the OSHA General Industry standards (29 CRF 1910), and in particular, 29 CFR 1910.132 thru 1910.138, Personal Protective Equipment, and 29 CFR 1910.242, Hand and portable powered tools and equipment. Coordination: Close coordination with park staff will be required during all phases, especially during the temporary closing of areas and allowing time for occupants to exit trailers if needed while trees are being removed. The contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the government installation. Any damaged must repaired within a reasonable period of time at the contractor's expense. Wage Rates: Wage Determination No: 1979-0150, Revision No: 21, Date Of Revision: 05/24/2006 apply. A copy is available upon request from Andre Ward, Email: Andre_Ward@nps.gov or by Fax: (850) 932-9654. The Contractor shall be responsible for compliance with all applicable federal, state and local laws and codes governing working conditions, hours of employment, overtime, methods and rates of pay and any other regulations regarding employer/employee relations. Site Visit: A site visit is scheduled for September 7, 2006 at 10 am (central time). Potential bidders are encouraged to attend. Participants shall meet at the entrance of Davis Bayou Campground, 3500 Park Road in Ocean Springs, MS. Bid Schedule: ITEM DESCRIPTION UNIT AMOUNT 0001 Mobilization Lump Sum $____________________ 0002 Tree Removal (45) Each $____________________ 0003 Tree Topping (13) Each $____________________ 0004 Debris Hauling and Disposal Lump Sum $____________________ 0005 Stump Grinding Each $____________________ 0006 Demobilizing Lump Sum $____________________ The technical contact person for this item is: Joey Suttles - Facility Manager, (228) 875-0804 x 115 and the administrative contact is Andre Ward (850) 934-2614 or Andre_Ward@nps.gov Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.acquisition.gov/FAR/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include Technical Capability, Past Performance and Price. Paragraph "a" of the provision is hereby replaced as follows: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Technical Capability (Trade Equipment, Safety Program, and Quality Assurance) Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating from all sources contacted by the NPS. The NPS will evaluate past performance based on the Government's knowledge of quoter's past performance, and / or references obtained from any other source." 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid / offer, or register your reps and certs online at http://orca.bpn.gov; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including, 52.233-3 Protests after award, and 52.333-4 Applicable Law for Breach of Contract Claim, and, the following paragraph (b) clauses added: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.222-41 Service Contract Act of 1965, as amended (JUL 2005) 52.222-42 Statement of Equivalent Rates for Federal Hires ((MAY 1989) 52.225-13 Restrictions on Certain Foreign Purchases, 52.228-5 Insurance -- Work on a Government Installation (minimum coverage as follows): Workers' compensation and employees liability--$100,000; General liability (bodily injury and property damage) per occurence--$500,000; and Automotive liability--$200,000 per person and $500,000 per occurence and $20,000 per occurence for property damage. 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. 52.237-1 Site Visit. QUOTES ARE DUE: Quotes are due on or before Wednesday, September 13, 2006 at 4:00 PM (central time) and shall be delivered to the National Park Service, Gulf Islands National Seashore, 1801 Gulf Breeze Parkway, Gulf Breeze, FL 32563, ATTN Contracting Office: RFQ #Q5320060134. No oral quotations will be accepted. Bidders must furnish the company name, DUNS number, address, phone and fax number, email address if available, official point of contact, and Certifications and Representations as required by clause 52.212-3 above. All Quotes must be manually signed by authorized company official. Any questions regarding this solicitation should be submitted via email: Andre_Ward@nps.gov or by Fax (850) 932-9654. END OF COMBINED SYNOPSIS SOLICITATION.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2288335)
 
Place of Performance
Address: GULF ISLANDS NATIONAL SEASHORE DAVIS BAYOU AREA 3500 PARK RD OCEAN SPRINGS MS
Zip Code: 395649709
Country: USA
 
Record
SN01132897-W 20060903/060901221429 (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.