SOLICITATION NOTICE
Z -- Minidoka National Historic SiteTree Pruning and Removal
- Notice Date
- 8/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- PWR - LARO Lake Roosevelt National Recreation Area 1008 Crest Drive Coulee Dam WA 99116
- ZIP Code
- 99116
- Solicitation Number
- P12PS12776
- Response Due
- 8/30/2012
- Archive Date
- 8/28/2013
- Point of Contact
- Wayne W. Owens Contract Specialist 5096339441122 wayne_owens@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 and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The solicitation number is P12PX12776, and the solicitation is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS code is 561730 with an associated small business size standard of $7.0 million. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov/far. This solicitation will result in award of a firm, fixed-price contract. The National Park Service, Minidoka National Historic Site, has a requirement for tree pruning/removal services in accordance with the specifications below. Directions to the site and general site information may be obtained by visiting http://www.nps.gov/miin/index.htm. To arrange for a site visit, contact Richard Cox, Chief of Maintenance, at 208-933-4143. Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. SPECIFICATIONS - TREE PRUNING AND REMOVAL PART 1: SCOPE A.The Contractor shall furnish all equipment and sufficient personnel for selected maintenance (i.e.: tree feeling, pruning, removal, and debris cleanup) and all related incidental work as in accordance with the specifications of this Contract stated herein. PART 2:GENERAL PROVISIONS 2.01Quality Assurance: 201.1Professional Qualifications: A.All supervisors and tree workers shall, through related training and on the job experience, be familiar with the technical aspects and hazards of tree maintenance work and equipment used in such operations. B.Each crew shall consist of at a minimum unless approved otherwise by the COR: 1Experienced Tree Crew Supervisor 2Experienced Tree Trimmers 2Grounds Persons 2.01.2EQUIPMENT REQUIREMENTS: A.All equipment must meet all federal OSHA, state and local safety requirements and must be properly licensed. This includes equipment such as bucket trucks, aerial lifts, chipper trucks, wood trucks, stump grinders etc. which may be needed to correctly perform tree pruning and removal in accordance with the specifications stated herein. B.Required Equipment: At a minimum, a crew shall have access to the following equipment or equivalent: 1Bucket Truck with a minimum of a 55' vertical reach. 1Chipper capable of chipping branches up to 18" in diameter 1Dumping Box Chip Truck - minimum 27 cubic yard capacity 2.01.3REPORTS: A.The contractor shall maintain a daily work log. The work log shall include the scope of work performed in accordance with the contract bid schedule. If requested a copy shall be filed with the COR on a weekly basis. 2.10.4PRE-EXISTING DAMAGE In instances where the contractor finds pre-existing conditions or damage to Park resources which may reflect upon the quality of his work or cause him undue liability, the contractor shall not start work until the contractor and COR have agreed on the responsibility for these pre-existing conditions 2.02SCHEDULING AND COORDINATION: A.All affected trees and or areas where work is to be performed will be identified by a representative from the park and or marked with highly visible tape and otherwise required by the NPS prior to the contractor commencing work. B.The Contracting Officer's Representative will be responsible for acting on behalf of the Contracting Officer on all matters of work within the scope of the contract. Approval of work beyond the scope of the contract (i.e.: cabling and bracing, wound treatment, technical removals requiring the use of a crane etc.) is reserved for the Contracting Officer. C.The contractor shall commence work within 14 days of receiving a delivery order. The contractor shall notify the COR 48 hours prior to beginning any work on a delivery order. Work shall be performed between the hours of 7:00 a.m. and 4:30 p.m., Monday through Friday, Federal holidays excluded, unless authorized in writing by the COR. D.No work is to be scheduled on weekends and holidays. E.Once work begins the contractor is expected to be on the job site each day in which weather conditions are favorable as determined by the COR or designated park representative. F.If, at any time, the COR determines that the work is unsatisfactory or being conducted in an unsafe manner, the contractor will be notified and shall immediately cease all work activities. 2.03SAFETY: A.All operations shall be conducted in accordance with ANSI Z133.1-2000 Safety Requirements for Pruning, Trimming, Repairing, Maintaining and Removing Trees and Cutting Brush and all federal OSHA, state and local safety requirements. B.Employees shall wear reflective, bright orange vests while conducting operations in or adjacent to roadways. C.No one except the operator shall be within 6 feet of a power saw. 2.04CLEANUP AND RESTORATION: The contractor will be required to furnish all labor, materials, and equipment for daily cleanup and restoration of all disturbed areas or features, which have been damaged during the course of this contract. If so directed by the COR, the contractor shall be prepared to sweep and wash paved surfaces daily or as needed. PART 3:EXECUTION 3.01PRUNING: 3.01.1Scope The work to be performed under this section shall include pruning trees in accordance with the American National Standard for Tree Care Operations - Tree, Shrub, and Other Woody Plant Maintenance - Standard Practices, ANSI A300 (Part 1) -2000 Pruning. 3.01.2General Requirements A.On the same day a tree is pruned the contractor shall remove all wood, debris and chips from the site. Removal and disposal shall be the responsibility of the contractor. There shall be no sale of wood on government property. B.The contractor shall chip all material 18" in diameter or less. 3.01.3Pruning Type: A.Maintenance Pruning: Trees shall be pruned to maintain and/or improve health and structure and shall include only the following pruning type: 1.Hazard Reduction: Shall consist of the removal of all visible hazards with potential for damage to property or personal injury. Removal shall include, but is not limited to dead wood, heavy or weak horizontal branches and weak crotches. Weak crotches are defined as split or rotted wood between two trunks of limbs that may break and fall during high wind. 3.02REMOVALS 3.02.1Scope The work to be performed under this section shall include removing trees in accordance with the American National Standard for Arboricultrual Operations - Pruning, Repairing, Maintaining and Removing Trees and Cutting Brush - Safety Requirements - ANSI Z133.1-2000. 3.02.2 General Requirements A.For trees specified to be removed shall have all wood, chips and debris removed, the contractor shall, on the same day the tree is removed, chip all material less than 18 inches in diameter and remove all remaining wood and debris from the park and dispose of legally off site. Removal of wood and chips from the park and disposal is the responsibility of the contractor. There shall be no sale of wood on government property. B.The Contractor shall take all reasonable precautions to avoid damaging surrounding vegetation or lawn areas and prevent gouging and erosion of soils as a result of tree removal operations (ie: removal of stubs that might dig in and blanketing the area with brush and/or logs to cushion the fall). 3.02.3Execution A.Trees shall be felled only when there is an adequate felling area at least equal in radius to the height of the tree. Whenever possible trees should be felled on as level ground as possible avoiding stumps, rocks etc. which may cause the tree to roll when it falls. B.Pull ropes shall be used on all trees that have potential for damage to property or existing vegetation should they fall in any direction other than that intended. Pull ropes shall be installed before any cutting is done at the base. C.All stumps shall be cut to a height not to exceed 2" from grade unless directed otherwise by the COR. 3.03STUMP GRINDING 3.03.1GRIND - LEAVE GRINDS IN PLACE A.Stumps indicated for grinding shall be ground with a stump grinder to a minimum depth of 12 inches below grade with the depression refilled with the waste material. PART 4: ACCEPTANCE, MEASUREMENT AND PAYMENT 4.01Acceptance: 1.The Contractor shall include with all invoices for payment an Acceptance Report signed by the COR that all work partially or completely performed conforms to contract requirements. 2.Failure of the contractor to obtain signed inspection and acceptance reports will release the Government from any obligation to pay for services claimed but not documented by a signed inspection and acceptance report. 4.02Payment A.The National Park Service reserves the right to conduct any testing or inspection it may deem advisable prior to payment to assure that all work conforms to the specifications herein. DELIVERY: F.O.B. Destination to Minidoka National Historic Site, 221 North State Street, Hagerman, ID 83332. Work will be coordinated with park Personnel. 8. COMPLETION TIMELINE/PERIOD OF PERFORMANCE: Performance shall begin no greater than 30 days after notice of award unless otherwise arranged with the contracting officer. Completion time for this project shall not exceed 10 days plus additional days for awarded options as described below. The contract will award a base quantity of 128 acres with options of 64 additional acres that may be awarded if funds are available. The maximum number of acres that may be awarded is 384, which would represent the base amount and 4 options. For each additional option of 64 acres awarded, an additional five days of performance time will be added to the performance period. The maximum performance period with all options shall be 30 days. PRICE SCHEDULE: The following line items shall be filled in and submitted with quote. The line items may be copied onto Quoter's letterhead or this page may be filled out and submitted with quote. So long as all line items are submitted, priced, the format does not matter. "CLIN" means Contract Line Item. CLIN0001 (basic requirement): Provide supervision, labor, tools, and equipment to perform tree pruning services on 128 acres in accordance with the specifications herein. 1 lump sum: $__________ CLIN0002 (option, to be exercised a maximum of four times, funds-permitting, as described above): Provide supervision, labor, tools, and equipment to perform tree pruning services on 64 acres in accordance with the specifications herein. 1 lump sum: $____________ PAYMENT & POSSIBLE REQUIREMENT FOR CONTRACTORS TO REGISTER AT NEW INTERNET PAYMENT PLATFORM SYSTEM (IPP) AFTER AWARD OF CONTRACT 1. PAYMENT. Payment of approved invoices will be made on a net-30 basis, either by electronic funds transfer (direct deposit into contractor's bank account per contractor's SAM registration), or by Government Charge Card, provided the vendor accepts the charge card and at the Government's sole discretion. Only completed work will be considered for payment. 2. IPP REGISTRATION MAY BE REQUIRED. The National Park Service is transitioning to a new electronic budget and acquisition software program during fall 2012, which will impact the way invoices are received, processed, and paid. This contract will be awarded just prior to shutdown of the existing system. The contractor MAY be required to submit payment requests electronically, through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment Request" means a request for invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements of the clause at 52.212-4 Contract Terms and Condition-Commercial Items (listed below in "clauses and provisions"). The IPP website address is: https://www.ipp.gov. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. The Contractor Government Business Point of Contact (as was listed in CCR, which should now be listed in contractor's registration in SAM) will be receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date, only for awards made after September 4, 2012. For contracts awarded prior to September 4, 2012, the contractor MAY be required to register and use IPP, but details are not fully known at time of issuance of this solicitation. The Contracting Officer will provide further information after award. If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor must submit a waiver request in writing to the contracting officer with its quotation (applicable to solicitations issued and contracts awarded after September 4, 2012 - PRIOR TO SEPTEMBER 4, 2012 A WAIVER IS NOT REQUIRED BUT CONTRACTOR IS HEREBY NOTIFIED IPP MAY BE REQUIRED AFTER AWARD). U.S. DEPARTMENT OF LABOR SERVICE CONTRACT ACT WAGE DETERMINATION is applicable to this solicitation, as listed below, and can be viewed in full text on-line at http://www.wdol.gov. Select "SCA WDs." Search by state (ID), then by county (Jerome). Answer "yes" to previously performed. Answer "no" to non-standard services. Answer "no" to collective bargaining agreement. Select "forestry and land management service from the drop-down menu under non-standard services. The wage determination number is 95-0228 (REV.-27), and is hereby incorporated into this solicitation. CLAUSES AND PROVISIONS. Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: htt://www.acquisition.gov/far or http://www.ios.doi.gov/pam/aindex.html. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Award will be made on the basis of "best value" to the contractor that the Government determines can best satisfy the objectives and requirements of this Request for Quotations, in a manner most advantageous to the Government. Evaluation factors are price and past performance. The government reserves the right to make award without discussions. The clauses at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation, and includes the following clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-06 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition of Contracting with Inverted Domestic Corporations; 52.219-06 Notice of Total Small Business Set-Aside; 52.222-03 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; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-50 Combating Trafficking in Person; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-01 Buy American Act - Supplies; 52.225-03 Buy American Act - Free Trade Agreements-Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (applicable if payment is made by Electronic Funds Transfer); 52.232-36 Payment by Third Party (applicable if payment is made by Government Charge Card); 52.233-03 Protest After Award; and 52.233-04 applicable Law for Breach of Contract Claim. The clause at 52.204-07, Central Contractor Registration, applies to this solicitation. The clause at 52.212-3, Offeror Representations and Certifications, Commercial Items, applies to this solicitation. The clause at 52.237-1 Site Visit, applies to this solicitation, and hereby states the following (full text): Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The clause at 52.217-5 Evaluation of Options, applies to this solicitation, and hereby states the following (full text): Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). SPECIAL NOTICE TO QUOTERS REGARDING CENTRAL CONTRACTOR REGISTRATION (CCR): As of July 29, 2012, the CCR on-line database was replaced by a new on-line database called System for Award Management (SAM). The new SAM website address is http://www.sam.gov. If vendors were previously registered in CCR, their vendor data should have transitioned into SAM automatically. However, it is the vendor's/contractor's responsibility to verify on-line registration status in SAM. Vendors are required to be registered in SAM (http://www.sam.gov) in order to be considered eligible for award. Part 1 - WHAT TO SUBMIT. Quotes shall consist of the following: (a) Company information on letterhead, including individual or company name, address, DUNS number, phone number, and point of contact name and email address; (b) the price schedule, (c) and three references including a brief narrative describing the work performed, contact name, company name (if applicable, address, telephone number, and email address (if available). Also include a copy of the filled in provision at 52.212-03, Offeror Representations and Certifications-Commercial Items, or hard copy printout of vendor's reps/certs from SAM. Part 2 - WHEN AND WHERE TO SUBMIT QUOTE. Quotations must be received no later than August 30, 2012 at 4pm Pacific Daylight time. Submit quotations by mail, email, or hand-deliver to the attention of Wayne Owens, Contract Specialist, at Lake Roosevelt National Recreation Area, 1008 Crest Drive., Coulee Dam, WA 99116. Fax no: 509-633-9332. Email: Wayne_Owens@nps.gov. The point of contact for this solicitation is Wayne Owens, Lake Roosevelt NRA, telephone 509-633-9441, ext 122, email Wayne_Owens@nps.gov. The government reserves the right to cancel this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS12776/listing.html)
- Place of Performance
- Address: Minidoka National Historic Site221 North State StreetHagerman, ID 83332
- Zip Code: 83332
- Zip Code: 83332
- Record
- SN02859730-W 20120830/120829001950-b768c1b7f01653bdaf62572844481d94 (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 |