SOLICITATION NOTICE
F -- Prescribed Burning - Package #1
- Notice Date
- 8/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W911RP) Pine Bluff Contracting Office, 10-020 Kabrich Circle, Pine Bluff, Arkansas, 71602-9500, United States
- ZIP Code
- 71602-9500
- Solicitation Number
- W911RP-18-T-0033
- Archive Date
- 8/30/2018
- Point of Contact
- Jeffrey L. Allred, Phone: 8705404130
- E-Mail Address
-
jeffrey.l.allred.civ@mail.mil
(jeffrey.l.allred.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Wage Determination Bid Sheet Scope of Work 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. This request for quotation and subsequent award are being processed in accordance with Simplified Acquisition Procedures and is unrestricted. The solicitation number is W911RP-18-T-0033 and is issued as a request for quotation (RFQ). The NAICS code is 115310 and the size standard is $7.5 Mil. The Pine Bluff Arsenal has a requirement for the following: Prescribed Burning: 1. SEE ATTACHED SCOPE OF WORK 2. SEE ATTACHED BID SHEET 3. SEE ATTACHED WAGE DETERMINATION Contract Type: Firm fixed price. Simplified procurement procedures will be utilized. Clauses: The following FAR and DFAR clauses and provisions apply to this acquisition: FAR 52.212-1, FAR 52.212-3, FAR 52.212-4, FAR 52.212-5, 52.204-7, 52.204-13, 52.232-39, 52.232-40, 52.252-2, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7012, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, and 252.247-7023. Supplemental information to FAR 52.212-1, Instructions to Offerors - Commercial Items Technical Acceptability - It is the Offers responsibility to ensure the quote contains sufficient technical data and product literature to demonstrate the proposed solution meets or exceeds the stated requirements. At a minimum, offers shall provide a draft Prescribed Burn Plan and the Certified Prescribed Burn Manager S190 and I100 training certificates. The Government is not responsible for locating or securing any information on the proposed products not identified in the offer. Price - Offers shall provide a price breakout of the services proposed, price per acre for burn, price per hr of fire/fuel line, etc. General Instructions - Proprietary Information shall be clearly marked. Offers shall include references for similar size and scope occurring in the last three (3) years to assist the Government in determining the Contractor's responsibility. Site visits to inspect the installation location will be granted if necessary. Contact Wes Sparks at email Wesley.e.sparks.civ@mail.mil or by phone at 870-540-3247 to schedule an appointment prior to 9:00 am CST on 08 August 2018. Failure to inspect the areas will not relieve the successful offer or from fully meeting the requirements of the resulting contract at the price offered. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical acceptability of the service offered to meet the Government requirement; (ii) Price; Technical acceptability is more important when compared to price. The Government intends to award an order to the lowest priced technically acceptable offer. Quotes will be evaluated on their ability to meet the minimum technical requirements provided in the scope of work. The lowest priced quote will be evaluated first. If the lowest priced quote is not technically acceptable, the next lowest priced quote will be evaluated and so on until a technically acceptable quote is determined. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiation after its receipt, unless a written notice of withdrawal is received before award. SECURITY VETTING REQUIREMENTS The Pine Bluff Arsenal (PBA) Vetting Program is being changed to comply with installation access requirements identified in AR 190-13, HSPD-12 and DTM 09-012. Access policy requires all unescorted persons entering DOD installations to have a valid purpose to enter, have their identity verified and vetted to determine the fitness of the individual requesting and/or requiring access to the installation, and be issued or in possession of an authorized and valid access credential. They also require local passes only be issued to non-DOD cardholder personnel who have successfully passed an NCIC check. The Directorate of Law Enforcement and Security (D/LE&S) requires background checks to be conducted on all individuals 16 years of age or older who do not possess a valid DOD Identification (ID) credential (i.e. CAC, Military Id) prior to being granted access onto PBA. This change includes 100% of contractors, vendors, commercial carriers, visitors, Natural Resources customers, MWR customers and CYS customers. The following criteria will prevent access to PBA: Violent Offense Conviction within the last ten (10) years, Felony or Misdemeanor Class A Conviction within the last five (5) years, Current Pending Charges, Active Warrant or Convicted Sex Offender. Habitual Offenders with three (3) or more criminal convictions may also be denied access at the mutual discretion of two Certified ACIC/NCIC Operators. In addition, the following criteria will prevent hunting on PBA: Felony Conviction, Domestic Violence Conviction, DUI/DWI Conviction within the last five (5) years or Active Order of Protection. NOTICE OF WAGE DETERMINATION Any contract awarded as a result of this solicitation will be subject to Wage Determination No. 1979-1136 Rev. No. 46 dated 07/03/2018. A copy of the current wage determination is attached. SECURITY REQUIREMENTS During the time that the contractor performs work on post, he is expected to be aware that Pine Bluff Arsenal is a controlled access installation. Specific security requirements as they apply to the project site will be noted during a post -award conference. The contractor will exercise care to prevent unauthorized intrusions by locking gates, closing and locking doors/windows, and performing similar actions. In the event that a breach of security occurs notwithstanding the contractor's efforts to prevent it, he shall immediately notify the Pine Bluff Arsenal Security Police (540-3505), reporting the occurrence and explaining the nature of the violation. INSURANCE LIABILITY a. Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statues, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so co-mingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. b. General Liability. Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence is required. c. Automobile Liability. Automobile liability insurance written on the comprehensive form of policy is required. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on the policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Quotes must be received by email at jeffrey.l.allred.civ@mail.mil, or by fax at (870) 540-4090, ATTN: Jeffrey L. Allred (870-540-4130), no later than 15 August 2018, 2:00PM CST. Please reference solicitation number W911RP-18-T-0033 Prescribed Burning in subject line of all correspondence and submit all questions in writing to email listed above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b0e8d9b8b5049c34f844660e0eb4f6fd)
- Place of Performance
- Address: 10020 Kabrich Circle, Pine Bluff Arsenal, Pine Bluff, Arkansas, 71602-9500, United States
- Zip Code: 71602-9500
- Zip Code: 71602-9500
- Record
- SN05016167-W 20180803/180801231607-b0e8d9b8b5049c34f844660e0eb4f6fd (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 |