Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2007 FBO #1900
SOLICITATION NOTICE

F -- Cottonwood Tree Trimming and Removal

Notice Date
2/6/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
07SQ1L0150
 
Response Due
2/22/2007
 
Archive Date
2/6/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR, Part 12.6, as supplemented with additional information included in this notice. This announcement for solicitation 07SQ1L0150 constitutes the solicitation. Proposals are requested, and a written solicitation will not be issued. The NAICS code for this acquisition is 561730, and the size category is $6.5 million in gross annual receipts averaged over the previous three 1-year accounting periods. This is a total small business set aside. Proposals are due by COB on Thursday, February 22, 2007. Proposals may be faxed to 541-567-0520 Attn: Sheri Gregory or via email to sgregory@pn.usbr.gov. Proposals shall include: 1) Price and 2) Past Performance. For Past Performance, provide names and telephone numbers of three (3) contacts of other commercial or Government customers for similar services provided in the last three (3) years. CLIN 001: Remove and Trim Trees as described below in the Scope of Work. QTY: 1, UNIT: JOB TREE REMOVAL AND TRIMMING FOR THE UMATILLA FIELD OFFICE SCOPE OF WORK The Umatilla Field Office requires the trimming and removal of large trees located in the Umatilla Field Office compound to clear the area where a new office building will be located. Contractor shall provide all labor, supervision, equipment, materials and supplies to remove trees and trim others as prescribed in this Scope of Work. All work shall be completed by June 1, 2007. Please contact Chet Sater or Jerry Cheek of the Umatilla Field Office at 541-564-8616 for technical details regarding this work request or to schedule a site visit. This scope of work is divided into five sections: 1: Worksite. 2: Task. 3: Machinery requirement and capabilities and 4: Safety. 5: Submittals. Section 1: Worksite. The work location is in Umatilla County at the Umatilla Field Office compound located at 32871 Diagonal Road, Hermiston, Oregon. Section 2: Task. 1. Prior to award of the contract, all trees will be clearly marked by Bureau of Reclamation (Reclamation) staff so the contractor knows exactly what service to perform on each tree. 2. Cut down 22 large mainly cottonwood trees leaving the stumps at no more than 24 inches above ground level. 3. Cut down and grind the stumps of 4 large trees. 4. Trim the dead wood from 6 large trees. 5. Stack the wood from the trees at a specific site in no longer than 16 foot sections. Limbs less than 4 inches will be chipped and hauled away. Section 3: Machinery requirements and capabilities. The trees needing trimmed and removed are 50 to 100 feet tall and some trees are close to existing buildings. The contractor will need equipment to handle the duties listed above in a safe and timely manner. Section 4: Safety. Upon award of contract the Contractor shall prepare a work safety plan with a Job Hazard Analysis (JHA) for the work to be completed. No tree removal shall occur until Reclamation has approved the JHA. Section 5: Submittals Upon award contractor shall provide: Job Hazard Analysis (JHA) 10 days prior to start of work. A single Fixed-Price award will be made under Simplified Acquisition Procedures to the offeror that provides the "Best Value" to the Government. The FAR provisions that apply to this acquisition are listed below: 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Items - Evaluation factors are price, past performance, technical requirements. Evaluation is subject to FAR Part 13. 52.212-4, Contractor Terms and Conditions - Commercial Items 52.212.5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commerical Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Viet Nam Era, and Other Eligible Veterans 52.323-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) -In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class: Gardner - Wage Grade 4 Monetary Wage - Fringe Benefits: $14.62 per hour plus 18% fringe benefits Contractors must have current registration with Central Contractor Registration, www.ccr.gov and Online Representation and Certification Application, http://orca.bpn.gov to be considered for this award. All provisions and clauses are available at http://www.arnet.gov/far. Wage Determination #94-2569, dated 5/23/2005, Pages 1-9 are available upon request. This Combined Synopsis/Solicitation makes reference to A.1.WBR 1452.237-94 SECURITY REQUIREMENTS - BUREAU OF RECLAMATION - PN REGION (DECEMBER 2006). For a copy of this provision in full text, please contact Sheri Gregory at 541-564-8616 or email sgregory@pn.usbr.gov
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142510&objId=37763)
 
Place of Performance
Address: Hemiston, OR
Zip Code: 97838
Country: USA
 
Record
SN01226799-W 20070208/070206221125 (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.