SOLICITATION NOTICE
S -- Dispose of Approx 15,000 Dead or Dying Trees on Public/State Right of Ways ROWs, and Public Parks, Located in Orleans Parish 12,000 and St Tammany Parish 3,000. The Contractor shall provide all necessary equipment, labor and supplies.
- Notice Date
- 9/20/2006
- Notice Type
- Solicitation Notice
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-06-R-0237
- Response Due
- 10/3/2006
- Archive Date
- 12/2/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constit utes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912P-06-R-0237 and being issued as a Request for Proposal (RFP). This solicitation incorporates Wage Determination No. 19 80-0614 REV (25). This procurement is 100% set aside for small business for contractors located within the State of Louisiana. The associated NAICS code is 561730 with a small business size standard of $6.5 million in annual gross receipts. + All respon sible sources may submit a bid, which shall be considered by the agency. Bids may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to en sure receipt of bills by the time and date stated herin. Contractors shall submit a price per tree to include all charges, for Orleans Parish and a price per tree for St. Tammany Parish. The US Army Corps of Engineers Louisiana Recovery Field Office requires Removal and Disposal of Dead or Dying trees on Public Right of (ROWs), State Rows and Public Parks located in St. Tammany and Orleans Parishes. Performance period will be 365 days fro m date of award of Contract. The contractor will be required to have a licensed arborist to provide professional advice. Remove and Dispose of approximately 15,000 (Orleans 12,000, St Tammany 3,000) each Dead or Dying Trees on Public Right of Ways (ROWs), State ROWs, and Public Parks located in Tammany and Orleans Parrish. The contractor shall provide all necessary equipment, labor and supplies to perform the work described under Services. The contractor is required to provide Past Performance, Management Plan to include the number of crews, Quality Plan and Safety Plan. These plans must be approved by the Contracting Officer prior to contract award. The Government may issue multiple awards. Services The Contractor shall cut down dying trees on public right of ways, state right of ways, and public parks based on lists provided by the Contracting Officer. (The Contractor shall confirm the GPS coordinates provided in all list provided with task orders issued. The Contractor shall cut, remove and dispose of dead and dying trees. The trees should be cut to within 1.5 inches of the ground surface. The Contractor shall conduct the work so as not to interfere with any public utilities in the right of ways. The Contractor shall take necessary precautions including when needed, the use of flagmen to direct traffic in the vicinity of work area to provide a safe work area for tree removal crew and facilitate the safe and smooth flow of traffic around the work area. Woody debris shall be reduced and hauled to landfills in Orleans and St. Tammany Parish in such manner that the disposal meets all local and s tate disposal requirements. Schedule The Contractor shall began performance on each task order issued within 24 hours of issuance. Equipment : All trucks and equipment must be in compliance with all applicable Federal, state, and local laws and regulations. Truck loading shall comply with Louisiana Department of Transportation rules and regulations including weight limitations and th e covering of truckloads. Operators and Truck drivers must be properly licensed to operate assigned equipment. Quality Control/Reporting The Contractor shall submit a report to the Contracting Officers Representative (COR) by the close of business each day for the term of the contract. The report should cover totals for the previous day. Reports shall also be included for days when there is no work. Each report shall contain, at a minimum, the following information: Contractors Name Contract Number Number of trees cut and hauled the previous day along with their GPS & street Location Cumulative Total Other Considerations The Contractor shall supervise and direct the work. Safety of the Contractors personnel and equipment is the responsibility of the Contractor. Additionally the Contractor shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of the contract. The Contractor shall be responsible for control of pedestrian and vehicular traffic in and around work areas. Safety Provisions The safety provisions of the 2003 edition of the USACE Safety Manual, EM 385-1-1, shall apply to all work under this contract. Measurement and Payment Payment for cutting down and hauling off trees shall be based on an each basis. The - single price for each tree shall include the cost of cutting, hauling and disposal of dead or dying tree. The contractor is required to submit with their bid a Quality Control Plan, A Management and Accident Prevention Plan. These plans constitute part of the contractors proposal. SITE VISIT: A site visit will be held on 26 September 2006 at 0900 hours. We will meet at the Corps of Engineer Sector 2 Office located at 170 Broadway St. New Orleans, Louisiana ,70118 Contractors shall submit a minimum of three years past performance. EVALUATION CRITERIA: Evaluation will be based on Past Performance Low Price Technical Acceptable. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses ca n be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-1 Instructions to OfferorsCommercial Items is applicable to this solicitation. The provisions at FAR 52.212-2 Evaluation of technical capability and price with techn ical capability of generator being significantly more importance than price. FAR 52.212-3, Offeror Representation and CertificationsCommercial Items. FAR 52.212-4 Contract Terms and ConditionsCommercial Items. FAR 52.212-5 Contract Terms and Conditi ons Required to Implement Statues or Executive OrdersCommercial Items (Dev); FAR 52.216-21 - Requirements FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.22 2-35 Equal Opportunity of Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.225-13 Restrict ions on Certain Foreign Purchases; FAR 52.226-3 Disaster or Emergency Area Representation; FAR 52.226-4 Notice of Disaster or Emergency Area Set-Aside; FAR 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area; FAR 52.232-33 Paym ent by Electronic Funds TransferCentral Contractor Registration; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.237-1 Site Visit; DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defe nse Acquisitions of Commercial Items-FAR 252-225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252-232-7003 Electronic Submission of Payment Requests Response to the combined synopsis/solicitation must be received via email, fax, mail, or delivery by 3 October 2006 no later than 1:00 PM local time at USACE, Louisiana Recovery Office, Contracting Division, 525 Saint Charles Ave, New Orleans, LA 70130-340 9. Bids should be marked with solicitation number W912P28-R-0257 addressed to Carl Jones, Contract Specialist, Phone (504) 681-2292, Fax (504) 681-2411, email: Carl.Jones@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR ) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
- Place of Performance
- Address: US ARMY CORPS OF ENGINEERS, LOUISIANA RECOVERY FIELD OFFICE ATTN: CONTRACTING DIVISION, CARL JONES New Orleans LA
- Zip Code: 70130-3409
- Country: US
- Zip Code: 70130-3409
- Record
- SN01149686-W 20060922/060920221149 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |