MODIFICATION
R -- Shoreline Stabilization
- Notice Date
- 9/21/2007
- Notice Type
- Modification
- NAICS
- 924110
— Administration of Air and Water Resource and Solid Waste Management Programs
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F2V3F97253A003
- Response Due
- 9/24/2007
- Archive Date
- 10/9/2007
- Point of Contact
- Tina Lopez, Contract Specialist, Phone 813-828-2836, Fax 813-828-4731, - Tina Lopez, Contract Specialist, Phone 813-828-2836, Fax 813-828-4731,
- E-Mail Address
-
tina.lopez-02@macdill.af.mil, tina.lopez-02@macdill.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is to respond to the quentions submitted on the combined synopsis/solicitation notice issued 17 September 2007. The following list of questions and government responses are provided below. As a result of these questions, the following administration corrections are processed. There is no extension of proposal submittal deadline as a result of this amendment to the conbined synoposis/soliciation. I. Correction to the BID SCHEDULE. Change X002 description to read from: "X002 Work Plan Design/Permits/Monitoring for Phases 04 and 06" to read: "X002 X0002 Work Plan Design/Permits/Monitoring for Phases 07 and 08" The resultant contract award will be for a firm fixed priced Indefinate Delivery Indefinate Quantity contract with a total of five (5) ordering periods. The minimum guaranteed amount of $30,000.00 is applicable to the first ordering period only. There will be no minimum guarantee for any subsequent ordering terms. II. All estimated quantities for the following contract line items are provided for planning purposes. The estimated quantitied are shown in the Scope of Work paragraph 3.0 entitled "PROJECT PHASE SUMMARY" The estimated quantities will be utilized in the resultant contract to determine maximum ordering thresholds. However the offeror is request to provide a price per unit of measurement with his offer. The proposed contract schedule quantities are shown in: 3.0 PROJECT PHASE SUMMARY: Phase Left to Complete Phase Number/Approx of Length of Reef/Estimate Number of Oyster Domes/Estimate Number of Shell Bags/Description Phase 4/1,500 ft/1,350/2,100/Near shore reef using Lo-Pro domes & interior SB Phase 6/1,500 ft/1,350/2,100/Near shore reef using Lo- Pro domes & interior SB Phase 7/1,700 ft/1,530/3,250/Near shore reef using Lo-Pro domes & interior SB Phase 8/1,700 ft/1,530/3,250/Near shore reef using Lo-Pro domes & interior SB Phase 9/3000 ft /1500/0/Off shore reef using Pallet or Bay Ball (size) domes III. The Proposed Bid SCHEDULE IS SHOWN BELOW. INTERESTED OFFERORS ARE TO PROVIDE UNIT PRICING BASED ON THE QUANTITIES SHOW IN THE SCOPE OF WORK,subparagraph 3.0 Date of Contract Award through 30 September 2008 X001 - Work Plan Design/Permits/Monitoring for Project Phase 04 and 06 1 EA $________ X002 - Work Plan Design/Permits/Monitoring for Project Phase 07 and 08 1 EA $________ X003- Reef Building Materials X003AA - Concrete Oyster Domes, Lo-Pro Reef Ball 1 EA $________ x003AB - Concrete Oyster Domes, Bay Ball 1 EA $________ x003AC - Concrete Oyster Domes, Pallet Ball 1 EA $________ x003AD - Fossilized Oyster Shell 1 CY $________ x004 - Install Reef Building Materials x004AA - Install 200 EACH Lo-Pro Reef Balls (Oyster Domes) 1 JB $________ x004AB - Install 25 EACH Pallet Ball Reef Balls 1 JB $________ x004AC - Install 50 EACH Bay Ball Reef Balls 1 JB $________ X004AD - Install Oyster Shell Bags 1 CY $________ END OF BID SCHEDULE IV. PROVISIONS/CLAUSES: DEADLINE: Offers are due on 25 September 2007 by 2:00 PM EST. Submit offers or any questions to the attention of Tina M. Lopez, 6CONS/LGCM, via fax 813-828-7160, or preferably by email to tina.lopez-02@macdill.af.mil V. The following questions have been asked by Interested Offerors and the following Government response has been provided. Question 1: If the jurisdictional [environmental] agencies request a higher level of site specific information, and MacDill AFB agrees to the requirements, will additional costs associated to Site specific surveys or request for additional information may include, but is not limited to, seagrass surveys, engineering design or certification, benthic surveys, bathymetric surveys, hydrodynamic investigations or navigational surveys and navigational requirements be allowed? RESPONSE TO QUESTION 1: Future permit applications will be prepared to the same level of detail as past applications. The Government does not anticipate the regulatory agencies will require additional surveys for future work but if required additional work/surveys/data as part of the permit application beyond what has been accomplished previously with MacDill Project Manager's verification of the increased requirements, then a reevaluation of the permit costs may be considered. Question 2: How will additional monitoring required by the jurisdictional agencies be addressed in this project? Response to Question 2: Monitoring will be accomplished consistent with the requirements outlined in scope of work. If any additional monitoring by the jurisdictional agencies is encountered, then reevaluation of the monitoring costs may be considered. Question 3: Phase 7 and 8 - all Lo Pro domes or shell bag bars are estimated to be within 100' of mean high water (MHW) for construction purposes. Any construction beyond 100' MHW may require construction barge techniques to prevent damage to existing seagrass beds in the area. Response to Question 3: Phase 7 & 8 work for the installation of the oyster domes is to be accomplished to avoid impacts to seagrass that may exist at this site. Installation of the shell bags would be accomplished from a land-based postion as with previous projects and the oyster domes may be accomplished in the method best determined by the offeror. Question 4: Will any increase in concrete costs used to manufacture the Reef Balls or high transportation costs above a fixed percentage be included in the contract for a economic price adjustment? due to 25% in any two year period will require adjustments to material costs. Response to Question 4: The estimated cost of materials is porportionally high (roughly 65-75% of the cost of the project). The Government may consider including economic price adjustments for designated materials. Offerors are encouraged to identify the commodity item and applicable percentage range for adjustment in thier responsive offeror. The Government reserves the right to consider inclusion of additional contract terms and conditions. However, Offerors need to be aware if such an economic price adjustment is incorporated into the contract, then both parties will mutually agree to a designated reference index to be used for any escalation adjustment both upwardly and downwardly within the established range. //End of Questions and Government Responses// NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-SEP-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Record
- SN01415019-W 20070924/070922225342 (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 |