Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
MODIFICATION

99 -- The U.S. Army C-ELCMC, Fort Monmouth, New Jesery seeks the services to apply pesticides, herbicides, and fungicides at Sun Eagles golf course.

Notice Date
6/14/2005
 
Notice Type
Modification
 
NAICS
561730 — Landscaping Services
 
Contracting Office
ACA, US Army C-E LCMC Acquisition Center (Base Support) - DAAB08, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W91CF-05-R-0007
 
Response Due
6/24/2005
 
Archive Date
8/23/2005
 
Point of Contact
Kelvin Robinson, 732-427-1552
 
E-Mail Address
ACA, US Army C-E LCMC Acquisition Center (Base Support) - DAAB08
(kelvin.robinson@mail1.monmouth.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A.1 Purpose: The purpose of this scope of work is for the successful offeror to provide all necessary personnel, supplies, materials, labor, supervision, facilities and required State of NJ licenses and certifications to perform all emergency and on e-time pest control service request, on Ft Monmouth golf course, as well as routine and cyclical pest control services as stated elsewhere in the contract. The Contractor may use Government Furnished Equipment (GFE) or provide it's own equipment in accord ance with (IAW) equipment specifications as stated below. A.2 Location & Approximate Acreage: a. Greens & Aprons (Approximately 3 Acres) (Holes 1,2,3,4,5,6,7,8,9,10,11,12,13,14,15,16,17,18 and practice green) b. Tees (Approximately 3 Acres) c. Trap Banks (Approximately 6 Acres) d. Fairways (Approximately 26 Acres) e. Roughs (Approximately 60 Acres) f. Gibbs Hall Lawns (Approximately 2 Acres). A.3 References: The Federal Statutes, Laws and Orders listed below, along with the corresponding Federal, State, and Local Laws and Regulations implementing authorities, will apply to this work to the extent specified by the cited authorities. a. National Environmental Policy Act, 42 U.S.C. 4321 to 4370d b. Endangered Species Act of 1973, 16 U.S.C. 1531 to 1544 c. Federal Insecticide, Fungicide and Rodenticide Act of U.S.C. 136 d. Resource Conservation And Recovery Act, 42 U.S.C. 6901 to 6922k e. Executive Order Number 11643, Environmental Safeguards, 8 Feb 72 f. Executive Order Number 12088, Federal Compliance With Pollution Control Standards, 13 Oct 78 g. AR 200-5, Pest Management A.4 Definitions/Abbreviations: a. Acceptable Level of Control: No visibility of pests have been observed for the period specified. The period specified will be according to pesticide label for the particular material. b. Call Back: A request for additional service following the initial service which has not provided the control required. Repeated call-backs are possible. c. Contracting Officer's Representative (COR): An individual appointed by and designated in writing by the Contracting Officer to monitor performance of the Contractor IAW the terms and conditions of the contract and specifications set forth therein. d. Fungicide: Specialized form of pesticide used to control unwanted fungal growth. e. Herbicides: Specialized forms of pesticides used to control unwanted plants and shrubs. f. Insecticides: Specialized forms of pesticides used only against insects and related arthropod. A.5 Personnel: a. The Contractor shall provide a sufficient number of certified trained and competent personnel to accomplish the work of the contract. b. Certification of Personnel: The applicator shall posses a New Jersey State Certification as a Pesticide Applicator in Categories 3A (Ornamentals) and 3B (Turf) to perform the work to be accomplished under the contract. c. Experience: Contractor shall have a minimum of five (5) years of Golf Course experience in applying herbicides, fungicides and pesticides. A.6 Equipment: a. Government Furnished Equiptment (GFE): The Government will provide the following equipment: 1. Toro Multipro 1250, 160 gal. 2. Toro Multipro, 5200, 300 Gal. This equipment is to be used only in the performance of the contract. Equipment shall not be moved from the Golf Course area. Except for normal and reasonable wear and tear, lost, damaged, misplaced or altered GFE, while in the Contractor's possession, is the sole responsibility of the Contractor, and shall be maintained, replaced or repaired at the discretion of the Contracting Officer. b. Contractor Furnished Property (CFP): The Contractor shall furnish the necessary motor vehicles, equipment, tools, and supplies, not furnished by the government in attachment, to perform the work contained in the contract. 1. Equipment used for applications to the greens, approaches and tees shall have tanks no larger than 160 gallons, flotation turf tires and a control system with a three-way independent boom control and a foam marker or dye for end of boom determination. 2. Equipment used for application to the fairways and roughs shall have tanks no larger than 300 gallons; flotation turf tires, a three-way independent boom control, and a foam marker or spray dye for end of boom determination. 3. In areas where a boom type sprayer is not an efficient means of guaranteeing accurate application, the contractor must use a hand held sprayer that is calibrated according to the manufacturer's recommendations. 4. The Contractor shall supply all fuel, lubricants and spare parts, and provide repair and maintenance necessary to keep all CFP in good operating conditions. 5. All tanks, hoses, pumps, control valves, gauges, and fumigation equipment shall be free of visible deterioration, shall not leak, and shall operate at the manufacturer's recommended rates and pressures. All spray booms will be equipped with check val ves to limit leakage. Equipment which has failed shall be replaced and/or repaired by the Contractor prior to resuming operations. Any deviation from manufacturer's recommended instructions, upon COR inspection, will be corrected before work may continue . 6. Screens, strainers and filters shall be used and maintained IAW the pump, sprayer, and/or nozzle manufacturer's instruction. Any deviation from manufacturer's recommended instruction, upon COR inspection, will be corrected before work may continue. 7. Spray nozzles shall deliver spray patterns as specified by the nozzle manufacturer. Nozzles which become clogged or eroded shall be repaired or replaced by the Contractor prior to resuming operations. c. Chemical Motor Vehicles: Used to transport chemicals shall be equipped with a fire extinguisher, spill and decontamination kit, emergency wash water and eye lavage. d. Chemical Security: All chemicals carried on vehicles shall be secured in locked compartments at all times on the installation. Motor vehicles shall not be left unattended at any time unless properly locked and secured. e. Motor Vehicle Appearance: All motor vehicles shall be maintained in a clean and orderly appearance, free from observable chemical spills or residue. Motor vehicles shall not be cleaned or washed on government property. f. Identification of Motor Vehicles: Each motor vehicle shall show the Contractor's name and EPA registration Number so that it is clearly visible. A.7 Licenses: The Contractor shall, without additional expense to the Government, obtain all appointments, and licenses required for the performance through completion of the work and for complying with all applicable federal, state, and local laws. Evi dence of licenses will be required by the Contracting Officer before work commences. A.8 Specific Tasks: a. The Contractor shall consider using non-chemical controls over pesticides where feasible and appropriate. When it is determined that pesticide application methods are required then application must be in accordance with the label and as approved by the COR to obtain the control required. All pesticides used shall be registered in the State of New Jersey and with the United States Environmental Protection Agency (USEPA) for the use intended. b. Notification of Pest Problems: The Contractor shall report to the COR any evidence of pests or conditions conducive to pest infestation which is not covered in the contract, at the time such condition is first noticed. c. The Contractor shall comply with Federal, State, and local laws or regulations. The Contractor shall be responsible for any damages caused by its negligent performance of pest treatment services or its negligent use, control or disposal of such chemi cals listed in this contract. d. Chemi cal Usage: All materials furnished and used by the Contractor shall conform to all Federal and state Regulations and laws. Only pesticides registered in the State of New Jersey and Environmental Protection Agency (EPA) shall be used. Use of accepted pes ticides shall be in strict conformance with precautions, directions, and recommendations as specified on each product label. Contractor shall provide a complete list of New Jersey registered pesticides (complete with EPA numbers) and the pest species that are to be targeted. Contractor shall also provide Material Safety Data Sheets for each particular chemical used during the length of the contract. If a new chemical is to be used the Contractor must obtain approval from the COR. Pesticide contaminated materials generated from spill cleanup or empty pesticide containers will be disposed of off the installation at contractor expense. Response Times: The Contractor shall be notified by the COR before when treatments are required. All treatments shall begin at 5:30 A.M. The window of treatment each day shall be between the hours of 5:30 A.M. through 9:30 A.M. If treatment is not comp leted it shall continue the following day from 5:30 A.M. through 9:30 A.M. All treatments weather permitting shall be completed within two days. a. Fungicides: The contractor, when notified by the COR , will begin application within 20 hours. b. Herbicides: The contractor, when notified by the COR, will begin applications within 72 hours. c. Insecticides: the contractor, when notified by the COR, will begin applications within 72 hours. Other Responsibilities: a. Endangered Species: The Contractor shall accomplish all control activities in such a manner as to ensure maximum protection of Endangered Species and Environmental Quality IAW PL 91-190; National Environmental Policy Act, PL 93-205; Endangered Specie s Act of 1973; Executive Order (EO) Number 11643, Environmental Safeguards, 8 Feb 72; and EO 12088, Federal Compliance with Pollution Control Standards, 13 Oct 78. b. Records and Reports: The Contractor shall maintain a written record of all pest control operations. Information shall include the pest species controlled, type of treatment, location, building type or outside terrain type, number of units, square fo otage of acreage treatment, pesticide common name, formulation, square footage or acreage treatment, pesticide common name, formulation, amount applied, final concentration and the hours of labor or survey utilized. The Contractor shall compile this infor mation on DA 1531-1 and submit to COR on a weekly basis. A.9 At any time, during the life of the contract, the COR has the right to request a sample of the chemical that is intended for use, to test it for verification of active ingredients through chemical analysis. This testing shall be conducted by the gover nment at Government expense. If test proves material is deficient, the contractor must replace material with a suitable formulation within 24 hours of the intended application date. A.10 Mixing Of Chemicals On Site: No chemicals will be mixed on the application site. All mixing is to occur at the Pesticide and Herbicide mix station at Bldg 2046, located adjacent to bldg. 2071. NOTE: Contractor shall only mix at this site; there s hall be no storage at any time. The Contractor shall remove all unused chemicals and empty chemical containers from Ft. Monmouth at the end of the day. Instructions to Offerors Proposal Submission 1: To receive a solicitation packet, please contact Tyrone Worrell by e-mail at Tyrone.Worrell@us.army.mil or by phone at (732) 532-5204. Offers can be submitted electronically no later than the response date. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAB08/W91CF-05-R-0007/listing.html)
 
Place of Performance
Address: ACA, US Army C-E LCMC Acquisition Center (Base Support) - DAAB08 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00829972-F 20050616/050614213218 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.