SOLICITATION NOTICE
P -- Ft. Pierce Screenroom Demo
- Notice Date
- 3/31/2020 11:32:48 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
- ZIP Code
- 38776
- Solicitation Number
- 12405B20-996776
- Response Due
- 4/24/2020 3:00:00 PM
- Archive Date
- 05/09/2020
- Point of Contact
- Lynn S. Hults, Phone: 9792609376
- E-Mail Address
-
lynn.hults@usda.gov
(lynn.hults@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. Solicitation number 12405B20-996776 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 238910 (Site Preparation Contractors), with a small business size standard of $15 Million. Specifications: With the following minimum specifications: Statement of Work: See Attached. STATEMENT OF WORK Dismantle and Dispose Two Screenhouses, Leesburg Farm U.S. Horticultural Research Laboratory 2001 South rock Road Fort Pierce FL 34945 Scope Statement The contractor shall provide all professional services necessary to completely dismantle and dispose of two screenhouses at the USDA, ARS, U.S. Horticultural Research Laboratory, W. H. Whitmore Foundation Farm, Leesburg, FL. The contractor shall include all services and field labor, equipment (manlifts, backhoe�s and post removal rigs), materials, and personal protective equipment necessary to perform the work.� No Government equipment will be available for use by the contractor. Base Bid The contractor shall provide a detailed proposal and cost breakdown for the entire project as specified in this statement of work.� Preparation for this work will involve dialog with site personnel to determine the specific site requirements All proposals shall be in unlocked MS Word format and all cost proposals shall be detailed and presented in unlocked MS Excel format with formulas working. Site Visit Contractors are encouraged to visit, which will be created when the COVID-19�allows, the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted. The site visit shall be for the purpose of observing first-hand any conditions relevant to the completion of this project.� No consideration will be given to claims based on lack of knowledge of existing conditions, except where Contract Documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable. Contractor must be registered in System for Award Management, (SAM), prior to submitting a bid. Registration can be completed at www.sam.gov/portal/public/SAM Codes and Standards Applicable Codes and Standards apply and are not limited to the following ANSI -������������������� American National Standards Institute. ASME -����������������� American Society of Mechanical Engineers. NEC -�������������������� National Electrical Code, NFPA 72. OSHA -����������������� Occupational Safety and Health Administration ADA �������������������� Americans with Disabilities Act All work must meet ARS 242.1M �ARS Facilities Design Standards� for the defined scope of this project in addition to meeting all Local, State and Federal codes, and latest IBC codes.� The document may be found at https://www.afm.ars.usda.gov/ppweb/pdf/242-01m.pdf. Project Objectives This project scope includes the disassembling of two screenhouses constructed with 16ft wooden utility posts sunk four foot into the ground, leaving twelve foot high posts spaced evenly apart.� The top of the posts are connected with #9 wire to support a blanket of light mesh screening to keep the insects out of the covered area. Screen House 1 is the largest of the two with a footprint of 395ft x 126ft and stands 12ft high.� This screen house has an entrance vestibule with a doorway constructed with typical lumber (2x4�s and 4x4�s, etc.) with the same screen mesh. Screen House 2 is of the same construction with a footprint of 134ft x 94ft, and stands 12ft high.� This screen house has three entrances; two man doors and one roll up door.� All entrances are constructed of a simple wooden frame between two existing posts to support the door hardware. IMPORTANT: The disassembly of these green houses shall be done in a manner that does not damage the surrounding trees or plants within and around the enclosures.� This is of primary importance.� The contractor shall also fill in the holes that remain after pulling the posts with the surrounding dirt and compact it to result in a continuously flat terrain, without sink holes that could be a safety hazard. This turnkey project consists of the following elements: Remove the light mesh screen from the structure and dispose in a landfill. Remove and discard the support wiring from the posts. Remove and discard the guy-wires supporting the posts in the vertical position. Pull each post out of the ground and collect them for disposal in a landfill. Fill in the post holes with surrounding earth and compact into the holes. Remove and discard the access vestibule and doorways and discard. � Safety The contractor will submit a Site Safety Specific Plan/Accident Prevention Plan in industry recognizable format to the Contracting Officer within 14 days of contract award. Contractor shall furnish a Site-Specific Safety Plan (SSSP) and the Government shall review the SSSP prior to the start any construction activities. SSSP shall be in typically accepted industry format. Safety and health matters, as they relate to the work, are the exclusive responsibility of the Contractor.� The Contractor shall furnish, erect, and maintain barricades, warning lights, signs, guards, or take other precautions as may be required by law or local authorities of the protection and security. Contractor Responsibilities The contractor shall provide a complete and operable installation, including all labor, supervision, tools, materials, equipment, apparatus, transportation, warehousing, rigging and other equipment and services necessary to accomplish the work in accordance with the intent and meaning of this statement of work. The project work shall be performed per the following guidelines: Contractor will verify all dimensions and existing site conditions prior to beginning work. The contractor shall always be responsible for protecting his work and ensuring the safety of his crew and ARS employees. Contractor shall remove and dispose of all construction related materials from all work areas daily and remove these waste materials from the site on a weekly basis. Contractor is required to manage the project and consult with the Government prior to beginning all work phases. Contractor shall perform work in a manner that minimizes the impact of the work on Government operations, research, and functions. All work must be performed in such a manner as to not adversely affect daily operations of the facility and its workers. Contractor will provide daily reports of work performed to the COR. Contractor must have a superintendent on the jobsite when crews are performing the installation work. Contactor will provide their own restroom facility. Upon completion of the project, the contractor shall remove from the premises all accumulated materials and rubbish caused by the project. Premises shall be left in a clean, orderly, and acceptable condition. Documentation Requirements Pre-Construction Submittals Prior to Construction Notice to Proceed (NTP) the following submittals must be submitted to the Contracting Officer (CO) for approval. Work Schedule including daily start/stop time. Project Schedule. Environmental Protection Plan. Accident Prevention Plan/Safety Plan. List of contract personnel of the general and subcontractors List of emergency contacts, including address, and telephone numbers. � General Requirements Permits and Code Inspections Where governing regulations and imposed codes and standards require notices, permits, licenses, inspections, tests, and similar items or actions in order to lawfully proceed with the required work, the Contractor shall obtain items and take those actions in accordance with the regulations of the governing authority.� The costs of such permits, licenses, inspections, etc., are the obligation of the Contractor. Damage to Property: The Contractor shall protect the work, the site, and all existing property, plants, and structures within the limits of the construction activities or that may be affected thereby until acceptance of the work.� Any damage incurred during as a result of the construction work shall be repaired at the Contractor�s expense, to pre-damaged condition to the satisfaction of the COR. Inspection and Acceptance: A government representative shall inspect and approve the work performed on this project.� The Contractor shall schedule inspection a minimum of 10 days in advance, in writing, to the Contracting Officer. Quality Control The work performed under this contract shall be subject to continuous audit by the COR.� Quality control is the exclusive responsibility of the Contractor. Clean Up The construction site shall always be kept clean and free of debris.� Restore areas disturbed as nearly as possible to the original appearance and condition.� Upon completion of the project, and prior to final inspection, the Contractor shall remove all unused material, trash, and debris resulting from the work to the satisfaction of the COR. Dispose of removed materials, waste, trash, and debris in a safe, acceptable manner, in accordance with applicable laws and ordinances and as prescribed by authorities having jurisdiction. Period of Performance (POP) The flowering and pollination cycle of the plants in this research study dictates that the work must be completed before the end of May 2020.� The completion of this project shall not exceed 60 days from date of notice to proceed.� A request for time extension must be submitted to the Contracting Specialist in writing. Each request must include specific and detailed reasons in support of the schedule alteration. The Contractor will work with site personnel to ensure project is accomplished in a timely manner. Work Hours Contractor work hours shall be Monday through Friday, seven (7) A.M. to four (4) P.M. except for Government holidays.� Any changes to work schedule shall be submitted to Contacting Officer for written approval prior to schedule change. Project Contacts RESEARCH LEADER (RL) Dr. Brian Scully, USDA, ARS, HRL 2001 South Rock Road������������������������������������������������������������������ Phone: 772-462-5810 Fort Pierce FL 34945����������������������������������������������������������������������� Email: brian.scully@usda.gov ADMINSTRATIVE OFFICER (AO) Mary Martinez, USDA, ARS, HRL 2001 South Rock Road������������������������������������������������������������������ Phone: (772) 462-5802 Fort Pierce FL 24945����������������������������������������������������������������������� Email: mary.martinez@usda.gov ENGINEERING PROJECT MANAGER (EPM) & (COR) Everett Wilson, PE USDA, ARS, SEA Engineering 3550 Main Street #5121��������������������������������������������������������������� Phone: (720) 618-0703 Houston, TX� 77002������������������������������������������������������������������������� Email:� everett.wilson@usda.gov AREA SAFETY AND HEALTH MANAGER (ASHM) David Daniels USDA, ARS, SEA Safety 950 College Station Road������������������������������������������������������������� Phone: (706) 546-3311 Athens, GA� 30605��������������������������������������������������������������������������� Email: david.daniels@usda.gov LOCATION MONITOR (LM) Stephen Mayo, USDA, ARS, HRL 2001 South Rock Road������������������������������������������������������������������ Phone: 772-462-5883 Fort Pierce FL 34945����������������������������������������������������������������������� Email: stephen.mayo@usda.gov CONTRACTING OFFICER (CO) Lynn Hults, USDA, ARS, APD 2775 F & B Road������������������������������������������������������������������������������ Phone: 979-260-9220 College Station, TX 77845������������������������������������������������������������� Email: lynn.hults@usda.gov Site visits will be set after the current COVID-19 issue allows. USDA-ARS-Horticultural Research Lab 2001 South Rock Road Fort. Pierce, FL 34945 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Service will begin as soon as possible; quoted price should include all associated costs. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered service meets all specifications. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price. Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. ""LPTA"" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than April 24, 2020, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday April 17, 2020. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7dbfdf349c1c47e2ba8eeb42da4f060b/view)
- Place of Performance
- Address: Fort Pierce, FL 34945, USA
- Zip Code: 34945
- Country: USA
- Zip Code: 34945
- Record
- SN05605614-F 20200402/200331230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |