Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2020 SAM #6897
SOURCES SOUGHT

F -- ALB Marshalling Yard South Carolina

Notice Date
10/15/2020 9:27:04 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
USDA APHIS MRPBS MINNEAPOLIS MN 55401 USA
 
ZIP Code
55401
 
Solicitation Number
SS_ALB1235
 
Response Due
10/31/2020 8:00:00 AM
 
Archive Date
11/15/2020
 
Point of Contact
Kim Yen Tu, Phone: 16123363602
 
E-Mail Address
kimyen.n.tu@usda.gov
(kimyen.n.tu@usda.gov)
 
Description
U.S. Department of Agriculture (USDA) Animal and Plant Health Inspection Service (APHIS), in cooperation with Clemson Department of Plant Industry (DPI), is seeking capability statements from all firms interested in operating a Marshaling Yard to deregulate woody debris resultant from tree removal operations in support of eradication of Asian longhorned beetle (ALB) from Hollywood, Charleston County, South Carolina.� Deregulation of woody debris is achieved when material is ground/chipped down to pieces no larger than 1 inch in two dimensions, or via incineration. Alternative deregulation methods may be considered if supported by scientific evidence and approved by the USDA and Clemson DPI. Entire trees including their limbs, branches, roots, and stumps will be taken to the Marshaling Yard for deregulation. In some cases, soil or other foreign contaminants may be mixed in with the woody debris. The Contractor must be able to deregulate all material within 48 hours of receipt, and dispose of deregulated material on a regular basis. There is no restriction on the size or quantity of the material brought for deregulation, and trees greater than 20 inches in diameter and longer than 10 ft. are common.� Based on tree removal operations in other states where ALB eradication efforts are ongoing, the Contractor can expect an average of about 500 cubic yards requiring deregulation and/or disposal every week (MIN = 0, MAX = 1,000+). �Load is determined by the woody debris produced primarily from government tree removal activities related to ALB eradication efforts, and landscapers and commercial tree removal companies working in the ALB regulated area that hold compliance agreements with the SC ALB Eradication Program. The first two � three years of this contract will have the most constant tree removal activities, and then will reduce as new infested tree detections decline.� Contractor will be paid per cubic yard of woody debris brought to the Marshalling Yard for deregulation, as well as a bi-weekly maintenance fee to cover all costs associated with the Marshalling Yard. The contract will necessitate the lease or purchase of land within the ALB infested area to be used for the Marshaling Yard.� The ALB infested area includes portions of the towns of Hollywood, Ravenel, and Charleston, SC, approximately 5 miles to the North, South, and West from the junction of Savannah Highway (U.S Route 17) and South Carolina 162 in Hollywood, SC.� All costs associated with leasing and maintenance of the Marshalling Yard shall be borne by the Contractor. The Marshalling Yard must be of sufficient size to hold material while it is waiting to be deregulated, to operate machinery to carryout deregulation, and to keep regulated and deregulated materials sufficiently separated. A recommended size for the Marshalling Yard is approximately 1 acre or 50,000 square feet. The contract will also require the provision of basic facilities including, but not limited to, a climate controlled and electrified trailer for the exclusive use of government monitors; unisex restrooms (two, minimum) sufficient for the number of personnel working at the Yard, both government and Contractor; shelter for Contractor employees to use when managing the yard; fencing or obstructions to control unauthorized people entering the yard and exiting with regulated woody debris.� Safety and security is expected to be maintained at the yard by the Contractor, with oversight performed daily.� Mulch or topsoil will also be removed by the Contractor on a continuous basis, with necessary hauling, loading, grinding and movement of security barriers or fencing provided by the Contractor. The Contractor is expected to operate the Marshalling Yard Monday � Friday, from 8:00 am to as late as 6:30pm, or for as long as is necessary to complete deregulation of all material within 48 hours; this may require work on Saturdays.��� Contractor personnel must include a Foreman capable of managing the daily operations of a yard, supervising all heavy equipment and training operators (including operation of all tools and equipment, and when repairs and maintenance are needed), as well as relief staff and the resources to attend Contractor meetings, and manage yard and personnel expenses (lease, for example) and invoice for expenses electronically in the Invoice Processing and Payment system.� Maintenance of the Marshalling Yard equipment and supplies, as well as the grounds, signage, fencing, security, safety equipment (fire extinguishers, for example) and Marshalling Yard facilities, is at the expense of the Contractor.� The Contractor will be required to pay prevailing wage to all employees according to standard rate ranges set by the U.S. Department of Labor. The equipment necessary to perform the work may include, but is not limited to: tub grinder, horizontal chippers/grinders (up to 15� diameter capacity), incinerator, bucket/grapple trucks, chainsaws sufficient for any size tree, and transport equipment (e.g., tractor trailer 18 wheeled for hauling, or dump trucks, grapple skidder, forwarded, clam bunk). The contract will require a performance bond (Standard Form 25) in the penal amount of $500,000.00 prior to commencement of work. Should the solicitation be issued as a small business set aside, the contractor will be required to comply with the requirements of clause 52.219-14 �Limitations of Subcontracting� which requires that 50 percent of the cost of contract performance incurred for personnel is expended for the prime contractor�s employees. Additional information about the USDA APHIS ALB Program and other Plant Pest and Disease Programs is available online at www.aphis.usda.gov. The appropriate NAICS code for the proposed project is 561730 with a small business size standard of $7.5 million. All interested parties are invited to submit capability statements for acquisition planning purposes. The following outline is recommended (5-page limit): 1) Company name, address, and primary point of contact information 2) Recent and relevant past performance information. Include project name, description, dollar value, dates of performance, point of contact (name, title, phone, email). Indicate if the work was performed as a prime contractor or subcontractor. 3) Describe the equipment available for the performance of the proposed project. 4) Describe the personnel and crew available for performance of the proposed project. 5) Provide your firm�s current bonding level (aggregate). 6) Business Ownership and Self?Certification information (i.e. Small Business, Women?Owned Small Business, Veteran Owned, Service Disabled Veteran Owned) 7) Current Government Certifications (i.e. 8(a) certified, 8(a) joint venture, Small Disadvantaged Business HUBZone Certified) 8) List Pertinent Codes: NAICS Codes (numbers only), DUNS number, and CAGE code It is at the discretion of USDA to determine if a small business set-aside is appropriate based upon the capability information provided in response to this notice, and other pertinent information gathered by the contracting officer. Respondents should ensure the information provided is detailed, current, accurate, and complete. Please submit capability statements by email to KimYen N. Tu at kimyen.n.tu@usda.gov no later than October�31st, 2020. This notice does not constitute a solicitation. This invitation for capability statements is for planning purposes only. The acquisition strategy for this proposed project has not yet been determined. Response to this notice is strictly voluntary. The Government will not reimburse any party for its participation in this effort. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act. Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice. Contracting Office Address: 250 Marquette Ave Suite 410 Minneapolis, MN 55401 United States Primary Point of Contact.: KimYen Tu kimyen.n.tu@usda.gov Phone: 612-336-3602
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9464cddff8004341b8efd6369c3bb516/view)
 
Place of Performance
Address: Charleston, MO, USA
Country: USA
 
Record
SN05829086-F 20201017/201015230141 (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 |
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.