SOLICITATION NOTICE
P -- Removal of Threatened Oceanfront Structures
- Notice Date
- 10/6/2023 12:58:59 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- SER NORTH MABO (53000) GATLINBURG TN 37738 USA
- ZIP Code
- 37738
- Solicitation Number
- 140P5324Q0001
- Response Due
- 10/13/2023 12:00:00 PM
- Archive Date
- 10/28/2023
- Point of Contact
- Leady, William, Phone: 470.367.9167
- E-Mail Address
-
William_Leady@nps.gov
(William_Leady@nps.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 Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 238910 with a small business size standard of $19M. All interested companies shall provide a quotation for the following: Title: Removal of Threatened Oceanfront Structures Location: Rodanthe, NC PART 1 GENERAL REQUIREMENTS ITEM 1 - DESCRIPTION OF WORK 1.1 Background: Beach erosion in recent history has resulted in an increased risk of houses collapsing and spreading debris along the Cape Hatteras National Seashore. 23292 E Beach Road, Rodanthe, NC 27968 is a 4-bedroom/3-bathroom (2 full and 1 half) house. It has approximately 1,568 sqft of finished space. This house was built in 1985. 23298 E Beacon Road, Rodanthe, NC 27968 is a 6-bedroom/4-bathroom (2 full and 2 half) house. It is approximately 2,700 sqft of finished space. This house was built in 1980. The below are the findings of an Environmental Site Assessment (ESA) completed for each property. 23292 E Beacon Road No recognized environmental conditions were discovered in connection with the subject property. No subsurface environmental investigations are warranted. 23298 E Beacon Road No recognized environmental conditions were discovered in connection with the subject property. No subsurface environmental investigations are warranted. The park will disconnect/retire existing public utilities prior to demolition. Removal of houses at risk of collapse will provide for long term protection of natural and cultural resources, safety, and recreational use along the seashore. 2.0 PERIOD OF PERFORMANCE The contractor shall commence work under this contract within ten (10) days after the date of award. Removal and cleanup shall be completed within thirty (30) days of the contract award. 3.0 SCOPE OF WORK This Statement of Work includes removing housing units and the hauling/disposal of the debris appropriately. All components of the septic system on the property will be removed completely as part of this project. Timber piles will be removed fully. Any sandbags providing temporary protection to the threatened structures will be removed completely as a part of this project. The ground will be graded level with surrounding grades. No fill materials will be used. When disposing of any components of the housing units, the contractor shall dispose of all items according to Federal, State, and local laws and ordinances. The contractor shall minimize the creation of deconstruction, and demolition waste where possible to protect and restore natural habitat and resources. Factors that contribute to waste such as over packaging, improper storage, ordering error, poor planning, breakage, mishandling, and contamination shall be minimized. The contractor shall provide a Waste Management Plan including plans to reuse, salvage, or recycle components of the housing units where applicable. Waste disposal in landfills shall be minimized when possible. The contractor shall always keep the premises clean, free of accumulation of waste materials and rubbish, and the roads clean of all droppings from their trucks. The contractor shall operate only within the park property limits, which includes the property lines for the houses. For any additional space needs that cannot be achieved within the park property limits, the contractor shall provide requirements for space and the park will work with the county and or state to determine available areas. 3.1 Pre-Removal Inspection To limit debris from the housing units entering the ocean or being washed down the seashore the COR must approve the method and route of removal for all items listed. No work shall begin until all necessary protective fencing, signing, and barricades have been approved by the COR in the field. 3.2 Remove Harmful Materials All material identified as hazardous by the North Carolina Department of Environmental Quality (NCDEQ) or the Environmental Protection Agency (EPA) shall be disposed of in accordance with NCDEQ and EPA regulations. Per the Environmental Site Assessment (ESA) for both properties, no recognized environmental conditions were discovered in connection with the subject property and no subsurface environmental investigations are warranted. 3.3 Removal of Housing Unit The contractor shall remove All interior furnishings, doors, framing, and flooring. � All appliances, cabinets, countertops, plumbing and fixtures, HVAC systems including duct work, and electrical conduit and fixtures. � All wastewater system components. � All exterior components. All furniture, appliances, and equipment inside the houses and trailers shall be removed as part of this project. Appliances or equipment which may have refrigerant and shall be handled and disposed of properly. The contractor shall provide a deliverable documenting the amount of refrigerant that was captured. The contractor shall remove all components of the existing septic system within the property lines. All tanks, distribution boxes, grinders, piping, and drainfield lines shall be removed. The contractor shall remove all pipe, lumber, metal, asphalt paving, roofing materials, building block, brick, stone, concrete, and all scrap. The contractor shall remove all foundation walls, piling, concrete blocks, or any manmade structures. No components shall be abandoned in place. 3.4 Post Removal Site Restoration Debris from the home sites shall be removed completely. All large (greater than 40 inches in length/diameter) debris shall be removed completely. The contractor shall screen the sand to ensure small (6 inches to 10 inches in length/diameter) and medium (10 inches to 40 inches in length/diameter) sized pieces of debris are removed completely. Visual inspection will be conducted by the COR that debris has been removed completely at the pre-inspection and final inspection. The ground shall be graded level with surrounding grades. No fill materials will be used. Upon completion of this contract the contractor shall remove all apparatus, tools, equipment, surplus materials, rubbish, etc. and shall leave the premises clean, neat, orderly, and otherwise in good condition, similar to the shoreline surrounding the properties. 4.0 OTHER REQUIREMENTS 4.1 Project Meetings, Scheduling and Coordination A post award meeting will be required either by phone or on-site. The contractor shall have at least daily coordination and provide daily reporting of progress to the COR. Once the contractor has completed the demolition a pre-inspection shall be conducted with the COR. Once all items (if any) identified in the pre-inspection are resolved, the contractor shall conduct a final inspection with the COR. The contractor shall provide all submittals referenced below in 4.5 Submittals, in accordance with their required timeframe. 4.2 Responsibility and Protection of Adjacent Property The contractor shall be responsible, at their expense, to repair any damages to other properties that result from their actions. 4.3 Final Inspection and Acceptance When all work of this contract has been completed and the cleanup performed, the COR will make the final inspection after receipt of a written request by the contractor. When all errors and omissions disclosed by the final inspection have been corrected, acceptance will be in writing, but until such acceptance, the contractor shall be responsible for the work covered by this contract. 4.4 Responsibility The contractor shall direct, coordinate, and supervise all work under this contract. Likewise, the contractor shall inspect all equipment and apparatus engaged in this operation to assure its safe operations and will coordinate their activities through the COR. 4.5 Submittals The intent is to provide an overall summary of the submittal requirements and not a comprehensive list. The requirements of the terms and conditions of the contract still apply regardless of what is shown on the submittal list. Submittals required prior to kick off meeting and mobilization: Project Schedule Accident Prevention Plan/Safety Plan Site Plan Demolition Site Plan Demolition Plan (must include at a minimum the below) Equipment Placement/Storage Plan Waste Management Plan Routes of Travel Plan List of Subcontractors (if applicable) Submittals required during demolition: Daily Reports Refrigerant Capture Waste Material Dump Receipts Reuse/Salvage/Recycle Manifests/Invoices Project Schedule Updates 5.0 SAFETY All work performed on government property will be accomplished in accordance with OSAH, EPA, Federal, State, and local regulations and requirements. Prior to starting work, the contractor shall submit an Accident Prevention Plan/Safety Plan for approval. The safety plan must address at a minimum the following: Heavy Equipment Operations Public/visitor Safety (barriers/signage, etc.) Personal Protective Equipment (PPE) to be used Emergency Response Protocols Personnel Training Requirements A Site Visit will be held October 11 , 2023 at 10:00 E.D.T. For additional details, please contact David Tongue at david_tongue@nps.gov or 252 475 9023 Award shall be made to the quoter whose quotation the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: meeting or exceeding the requirement, past performance, technical capability, and price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, Instructions to Offerors Commercial Items 2. FAR 52.212-2, Evaluation Commercial Items 3. FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-13, 52.225-13, 52.232-34. Refer to attachment for additional contract clauses. All quoters shall submit the following: Price quote and past performance form, Relevant Experience form. All quotations, shall be emailed to William_leady@nps.gov This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). Quoter shall provide lump sum pricing for base and each option (2). In addition, provide a total for base and options. Submission shall be received not later than October 13,2023 at 1500 E.D.T. All submissions shall be emailed to William_leady@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). See section L of the clauses for additional details and instructions. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the William Leady via email at William_leady@nps.gov. Point of Contact William Leady via email at William_leady@nps.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/833c64c29c6d493b8d29eb4aecfd55ba/view)
- Record
- SN06855148-F 20231008/231006230048 (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 |