SOLICITATION NOTICE
F -- Carrizo Top Operator and Maintenance Amended 05 20 2024
- Notice Date
- 6/5/2024 1:48:39 PM
- Notice Type
- Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- VS FO CFTEP TICK OFFICE LAREDO TX LAREDO TX 78041 USA
- ZIP Code
- 78041
- Solicitation Number
- 1124711
- Response Due
- 6/14/2024 12:00:00 PM
- Archive Date
- 06/29/2024
- Point of Contact
- TODD BIERL, Phone: 6123363465
- E-Mail Address
-
todd.k.bierl@usda.gov
(todd.k.bierl@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment of Solicitation 06/04/2024 All quotes due by June 14th 2024 at 3:00 PM��� �FINAL Cattle Fever Tick Eradication Program FY 24 Carrizo Cane Topping Project Miscellaneous Information Provision FAR 52.204-22 (ADDED) Alternative Line-Item Proposal (Jan 2017) (a) The Government recognizes that the line items established in this solicitation may not conform to the Offeror�s practices. Failure to correct these issues can result in difficulties in acceptance of deliverables and processing payments. Therefore, the Offeror is invited to propose alternative line items for which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract is economically and administratively advantageous to the Government and the Offeror. (b) The Offeror may submit one or more additional proposals with alternative line items, provided that alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation. However, acceptance of an alternative proposal is a unilateral decision made solely at the discretion of the Government. Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable. (End of provision) ******Please read latest amendment questions from contractors have been addressed and clarified.******* Background The USDA-Cattle Fever Tick Eradication Program (CFTEP) is developing an execution plan for the topping of carrizo cane in South Texas.� As this is a startup execution plan for this project, the CFTEP anticipates several phases of work to be completed.� With the initial estimated linear mileage between 150-180 miles of carrizo cane, this estimate has been reduced to an unknown mileage as much carrizo cane has been eliminated due to Federal and State projects along the banks of the Rio Grande River in the areas for which the CFTEP patrols on horseback.� Also, the current Statement of Work (SOW) requires a 30� swath on each side of the CFTEP horse trails to be topped (Figures 1 and 2).� This may require an occasional use of a skid-steer which the CFTEP can transport to the location if a trail cleanup is required.� The CFTEP would utilize the skills of the contractor tractor operators to operate this government provide skid-steer. Project Phases Due to a perceived reduction in linear mileage, the CFTEP is configuring four (4) phases to this project and pricing should reflect each of the four (4) phases. Phase 1 � Approximately 40 linear miles will be completed in this phase.� It is estimated that this will be about 160 �tractor� miles. Phase 2 � Approximately 40 linear miles will be completed in this phase.� It is estimated that this will be about 160 �tractor� miles. Phase 3 � Approximately 40 linear miles will be completed in this phase.� It is estimated that this will be about 160 �tractor� miles. Phase 4 � Approximately 40 linear miles will be completed in this phase.� It is estimated that this will be about 160 �tractor� miles. The total linear miles upon the completion of Phase 4 would be 160 miles of topped carrizo cane.� The CFTEP estimates that Phase 3 and Phase 4 may not be needed due to the many miles of carrizo cane that has been eliminated but realizing that regrowth will occur over time. Other Considerations Other considerations include the contractor to provide and deliver fuel to respective site locations.� The fuel pricing should be reflected in each of the Project Phases listed above. Tractor maintenance will be provided by the contractor and any break/fix items should be listed and priced and included in each of the Project Phases listed above. Porta-Potty facilities will need to be provided by the contractor and priced and included in each of the Project Phases listed above. SOLICITATION Read SOW and Claues/Provisions attached to this opportunity!!! Small Business Posting All vendors must be registered in SAM.Gov before�award. All questions will be sent to the Contracting�Officer: Todd K. Bierl (Major Program Contracting Officer) Emergency Acquisition USDA MRP AAMD Acquisition Email: Todd.K.Bierl@usda.gov Office#(612)336-3465 Cell# (612)500-1321/(763)286-8084 Evaluation Factors: In this acquisition, the Government will identify the quote that offers the best value to the Government based on price and non-price factors and allows the Government to accept other than the lowest priced quote. Submittal evaluation will occur in accordance with Simplified Acquisition Procedures as outlined in FAR part 13.106-2. 1. Technical Capability: Contractor owns or can obtain the personnel and equipment needed to complete the identified areas within the period of performance not to exceed a year from the date of award. The contractor must summarize its ability to manage and coordinate multiple crews to keep the work schedule on time. Contractor must also provide proof of successful background check for personnel on site. 2. Price: Fixed Price Hourly Rate 3. Past Performance: Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with international, federal, state, and local laws and regulations. Offerors with no past performance information will be given a neutral rating. This will be evaluated by looking in the Contractor Performance Assessment Recording System (CPARS) or contract evaluations from previous employers. 4. Quality Control � Detailed weekly reports will be submitted to the Project COR with associated photographs of completed work.� Details must include GPS mileage of Carrizo cane which has been topped.� The report shall also indicate the number of miles completed which were topped for that week.� Contractor details, milestones, and challenges shall be depicted in these weekly reports to keep the USDA Project Team aware of completion miles, project milestones which have been met, and challenges which the vendor needs clarification or remediation by USDA personnel. No more than 75 pages The payment provided for in the contract shall constitute full compensation for furnishing all contractor materials and for performing all work under the contract in a complete and acceptable manner. Payment items for the work of this contract are listed in the Pricing Schedule and described in this Scope of Work. The hourly unit price and payment made in each carrizo cane topping area listed, shall constitute full compensation for providing equipment, tools, supplies, labor supervision, incidental materials, quality control, environmental protection, meeting safety requirements, and performing all work as provided in this contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d607b2a60ada4b2eb8171eb6238482ab/view)
- Place of Performance
- Address: Laredo, TX 78041, USA
- Zip Code: 78041
- Country: USA
- Zip Code: 78041
- Record
- SN07086791-F 20240607/240605230112 (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 |