Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2012 FBO #3792
SOLICITATION NOTICE

F -- Removal of Hazardous and Potentially Hazardous Trees

Notice Date
4/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SER - National Park Service SER - EASU - East Major Acquisition Buying Office100 Alabama St., SW - 1924 Building Atlanta GA 30303
 
ZIP Code
30303
 
Solicitation Number
P12PS13376
 
Response Due
4/30/2012
 
Archive Date
4/10/2013
 
Point of Contact
Stacey Rickard Contract Officer 4045075756 stacey_rickard@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. A written solicitation will not be issued. This solicitation is being issued as RFQ #P12PS13376. The U.S. Department of the Interior, National Park Service, Kennesaw Mountain National Battlefield Park, located in Kennesaw, GA, has a requirement to remove hazardous and potentially hazardous trees throughout the park. The North American Industry Classification System (NAICS) code is 561730 and the size standard is $7 million. The Government intends to award a firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. Statement of Services1.0 Project Site: Kennesaw Mountain National Battlefield Park, 905 Kennesaw Mountain Drive, Kennesaw, GA, 30152.2.0 Background: Kennesaw Mountain National Battlefield Park preserves a Civil War battleground of the Atlanta Campaign. The battle was fought here from June 18, 1864 until July 2, 1864. There are 3 battlefield areas at the park: The Visitor Center including the top of Kennesaw Mountain, off Burnt Hickory Road and the main site is located at Cheatham Hill. The visitor center provides introductory information about the park and the battle.While walking some of the 18+ miles of interpretive walking trails you will see historic earthworks, cannon emplacements and various interpretive signs. There are 3 monuments representing states that fought here. Kennesaw Mountain is 1808 feet above sea level. It is approximately a 700 foot incline from the Visitor Center to the mountain's summit. The hike up is approximately 1.4 miles on the road and 1.2 mile up the trail. Kennesaw Mountain National Battlefield Park was authorized for protection by the War Department in 1917 and was transferred to the Department of the Interior as a unit of the National Park System in 1933. The 2992+- acre park includes the site of some of the heaviest fighting of the Atlanta Campaign. The park was set aside as an important cultural property dedicated to public inspiration and interpretation of the significant historic events that occurred here.3.0 General Statement of Work: The purpose of this Statement of Work is to establish a contract for the removal of hazardous and potentially hazardous trees and limbs at various locations within Kennesaw Mountain Nation Battlefield Park. The work will be ordered, as needed by the National Park Service (NPS) approximately once per month. Trees will range from 10 inches to 37+ inches in diameter and up to 100+ feet high. Trees will need to be cut down and debris chipped and/or moved 60 feet from park boundaries, roads, parking lots and trails as order by the NPS. Tree stumps shall be cut at ground level. Park employees will mark 25+- to 40+- trees each month to be removed. A total of about 400+- trees will need to be removed. This contract will last 10 to 12 months. Contractor will start work in middle to late 2012 and finish in 2013.3.1 Work Descriptions:Tree Removal: Removed trees and debris shall be fallen safely to prevent injury of workers and/or visitors using the adjacent areas. When ordered by the NPS, tree debris and limbs will be chipped and hauled to a NPS approved area for disposal. When chipping is not ordered by the NPS, the contractor will spread tree debris and limbs evenly across the area of disposal. The contractor may harvest large trees and limbs that they actively remove. Salvaged wood, should the contractor choose to re-utilize the material, will be removed immediately after felling, chipping and bucking of individual trees. Removed/harvested trees are the property of the contractor. Trail Trimming: Temporary trail closures of one hour or less are permissible for public safety reasons. Closures longer than one hour must be scheduled and approved by the NPS prior to closure and the commencement of the work. Special care must be taken to prevent damage to the surrounding area or adjacent trees, brush and other vegetation. The contractor will post appropriate warning signs indicating the removal process is underway.Limb Trimming: The contractor may be required to trim the area prism of large limbs and other overhead (or horizontal) obstacles that could prevent the safe use of those roads, parking lots, trails or adjacent public use areas. The area prism also includes horizontal limbs or obstructions that protrude into the vertical plane from the trail tread sides, roads, parking lots or adjacent public use areas. Climbing of trees may be required to accomplish some trimming work.Desired Results: With the completion of the tree and limb removal project at Kennesaw Mountain National Battlefield Park, trees and limbs order by the NPS shall be removed and/or chipped and spread in the area of disturbance and the worksites will show little indication of that removal. Stumps ultimately shall be cut at ground level. Park boundaries, roads, parking lots and trails will be free of hazardous trees that may interfere with safe use of those areas. Bid List - Provide price per tree for each service described and size provided.Type A Tree Removal - Services Include: Felling trees and limbing dropped trees in place enough to ensure direct soil contact with fallen tree.10 to 15 inch DBH = $ 16 to 24 inch DBH = $ 25 to 30 inch DBH = $ 31 to 36 inch DBH = $ 37+ inch DBH = $ Type B Tree Removal - Services Include: Felling trees, limbing dropped trees, moving all tree debris into the park 60 feet away from all park boundaries, roads, and trails to keep fire breaks open, and ensure direct soil contact with fallen tree debris.10 to 15 inch DBH = $16 to 24 inch DBH = $25 to 30 inch DBH = $31 to 36 inch DBH = $37+ inch DBH = $Type C Tree Removal - Services Include: Felling and limbing trees, mechanically chipping limbs and spreading resulting chips evenly at the site. Stump shall be cut 6 inches or less from the gound. Site will be restored to the general appearance of the surrounding woods or landscape. 10 to 15 inch DBH = $16 to 24 inch DBH = $25 to 30 inch DBH = $31 to 36 inch DBH = $37+ inch DBH = $Type D Tree Removal - Services Include: Felling and limbing trees through climbing, mechanically chipping limbs and spreading resulting chips evenly at the site. Stump shall be cut 6 inches or less from the ground. Site will be restored to the general appearance of the surrounding woods or landscape.10 to 15 inch DBH = $16 to 24 inch DBH = $25 to 30 inch DBH = $31 to 36 inch DBH = $37+ inch DBH = $ 4.0 HAULING RESTRICTIONS:When hauling on National Park Service roads, do not exceed the following load restrictions:Single Units / Gross Vehicle Weight -Lbs.2 axles / 40,000 3 axles / 48,000 4 or more axles / 52,000Combination Units / Gross Vehicle Weight -Lbs.3 axles / 57,0004 axles / 62,0005 or more axles / 66,000Where the ground is saturated with water or during periods of freezing and thawing, the Contracting Officer may impose further load restrictions or suspend hauling.4.1 Haul vehicles shall turn around only at intersections and parking areas, not on the Park Road.4.2 Operate loaded vehicles hauling material at speeds not exceeding the posted speed limit and spaced at 500-foot minimum intervals. On bridges, speeds shall not exceed 25 MPH and not more than one loaded hauling vehicle will be allowed on any bridge at one time. Hauling of materials, supplies, and equipment over the park road, other than within the limits of the project, will not be permitted without prior approval of the Contracting Officer. Load restrictions on park roads are identical to the state load restrictions with such additional regulations as may be imposed by the Contracting Officer.5.0 EQUIPMENTEquipment that is leaking any type fluids shall be repaired immediately or removed from the park.6.0 INSPECTION - CONTROL OF WORKContractor working hours shall take place Monday through Friday, not before 7:00 AM and not after 6:00 PM. The contractor may work other hours only with submission of a written request and subsequent permission of the Contracting Officer. Work on weekends or on Federal Holidays and at night may be performed only with submission of a written request and subsequent permission of the Contracting Officer. All work shall be scheduled by the NPS, five (5) work days or more notice will be given by the NPS. 7.0 PROTECTION AND RESTORATION OF PROPERTYThe contractor shall be responsible for the preservation from injury or damage, resulting directly or indirectly from the execution of the work, of all public and private property along and adjacent to the park. Contractor shall use every precaution necessary to prevent damage to pipes, conduits, and other underground structures; also, all overhead structures such as wires, cables, etc.; and poles, trees, shrubbery and crops, within or outside of the project area. Any utility lines damaged by the contractor shall be repaired at once at his expense. The contractor will stop work immediately as directed by the COR if there is a suspicion of potentially undocumented cultural and natural resources. In such cased the NPS would require review and documentation of such resources.8.0: SAFETYThe contractor must keep the entrance roads and parking lots open for public use at all times during removal activities. Contractor shall provide all traffic flaggers and other traffic control measures and must be in place and functional at all times during the tree removal and trimming in public areas, roads, trails and parking lots. Special care must be taken to prevent impacting the surrounding areas and facilities. The contractor will post appropriate warning signs indicating periods of tree removal and trimming work. The successful contractor shall use best management practices for tree removal and trimming, following all NPS, State, County and OSHA regulations pertaining to tree removal and trimming. Employees utilizing chain saw equipment shall wear approved safety equipment to include chaps, hard hat, eyes and hearing protection. All equipment shall be in good and safe working condition. Contractor shall inspect all equipment at the start of the work day. Contractor shall start each day with a safety briefing/meeting with all contractor and NPS staff on the work site.9.0: PROJECT CLOSE OUTThe project period of performance is for 12 months with the exception of more days allowed for bad weather. When the contractor cannot work because of bad weather, the contractor must contact the COR in writing and provide the explanation and request additional days for inclement weather circumstances. The FOB point will be Destination. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the contractor and included as a separate line item. The total price should include all shipping cost. The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation - Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision: Quotes will be evaluated based on best value to the Government, which will result from low price. FAR 52.212-03, Offeror Representations and Certifications - Commercial Items; FAR 52.212-04, Contract Terms and Conditions - Commercial Items; FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) the following clauses apply: FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07, Central Contractor Registration; FAR 52.211-05, Material Requirements; FAR 52.223-06, Drug-Free Workplace; FAR 52.247-34, FOB Destination. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/FAR. The contractors identified for the competition are required to be registered on all three of the following websites: National Business Center (NBC) - http://ideasec.nbc.gov/, the Central Contractor Registration System (CCR) - http://www.ccr.gov/, and Online Representations and Certifications (ORCA) - http://www.bpn.gov/. The work of this project is subject to the Service Contract Act. The applicable wage determination is as follows: WD 05-2133 (Rev.-10) was first posted on www.wdol.gov on 06/17/2011. An award resulting from this synopsis/solicitation will require the contractor to submit a current Certificate of Liability Insurance. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, a point of contact, address, phone number, fax number, e-mail address, DUNS number, delivery period, unit price, extended price, and any prompt payment discount terms. Contact Harold Rogers on 770-427-4686 x226 to visit the site. Quotes are due April 30, 2012, by 2:00 PM EST. Quotes may be faxed to (404) 562-3256 or e-mailed to stacey_rickard@nps.gov by the due date. For additional information contact Stacey Rickard on (404) 507-5756. All responsible offers may be considered for award in accordance with FAR Parts 13.106-02 and 13.106-03. Award will be to the responsible contractor with the low bid.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS13376/listing.html)
 
Place of Performance
Address: Kennesaw Mountain National Battlefield Park, Kennesaw, Georgia
Zip Code: 30152
 
Record
SN02718177-W 20120412/120410235112-9b5834d7814ae42a6bab39f582db6711 (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.