Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOLICITATION NOTICE

88 -- Animal Nuisance Control and Drainage Maintenance

Notice Date
1/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S07T0024
 
Response Due
1/29/2007
 
Archive Date
3/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Little Rock District, Corps of Engineers is requesting quotes (RFQ) for Animal Nuisance Control and Drainage Maintenance located at the Dardanelle Lake Area, Hartman Levee, Six Mile L evee, McLean Levee Pump Station, Russellville, Arkansas. This solicitation W9127S-07-T-0024 has been Set Aside for Small Business in the Local Area only. The NAICS code is 115310 and the Size Standard is $6.5 million. This solicitation document, incorpora ted provisions and clauses including wage determination 94-2033 (30) are those in effect through Federal Acquisition Circular 2005-14. Electronic or Fax bids will not be accepted. All bids must be mailed and received by 29 January 2007 at 4:00 PM. Mail all bids to U.S. Army Corps of Engineers, 700 W Capitol Ave (room 7315) Little Rock, Arkansas 72201. The solicitation contract line items (CLINS) are for a Basic Period plus 2 Option years. CLIN 0001 Drainage Maintenance Basic Period 1 February 2007 thr u 30 September 2007, CLIN 0002 Nuisance Animal Control Basic Period 1 February 2007 thru 30 September 2007, CLIN 0003 Drainage Maintenance First Option 1 October 2007 thru 30 September 2008, CLIN 0004 Nuisance Animal Control First Option 1 October 2007 thr u 30 September 2008, CLIN 0005 Drainage Maintenance Second Option 1 October 2008 thru 30 September 2009, CLIN 0006 Nuisance Animal Control Second Option 1 October 2008 thru 30 September 2009. CLIN 0007 Manpower Requirements, reporting of all contractor ma npower (including sub-contractors) required for performance of this contract. All line item quantities will be based on the scheduled time as shown in the Scope of Work. A site visit will be conducted on 18 January 2007, Russellville Project Office at 9 A.M. You are instructed to call Jeremy Wells @ 479-968-5008 24 hours prior to schedule site visit. Flood Reduction and Levee Maintenance (Nuisance Animal Control and Drainage Maintenance) Contract Services Prices/Costs General Location. Lake Dardanelle Basic Period. (February 1, 2007 through September 30, 2007) The Contractor will furnish all labor, equipment, materials, tools and supplies to keep all specified drainage ditches, culverts and gates in the areas listed below free flowing; free from beaver dams, log jams, debris and other obstructions. Trapping of n uisance animals will be required during specified periods of the contract as a means of population control. Nuisance animals include but are not limited to beaver, muskrat, nutria, armadillos, and groundhogs. These specifications will be for the following areas; Hartman Levee, Six Mile Levee, and McLean Levee Pump Station Required Item Description Service Period Site Visits # Visits Price/Visit Total Price 0001 Drainage Maint. (Feb. 1  April 30) Twice/Week 28 _________ _________ 0002 (May 1  Sept. 30) Bi-weekly 11 _________ _________ 0003 (Feb. 1  Sept. 30) Unscheduled 8 _________ _________ 0004 Nui. Ani. Ctrl. (Feb. 1  Feb. 28) Twice/Week 10 _________ _________ 0005 (Mar. 1  Sept. 30) Unscheduled 10 _________ _________ Estimated Total Bid Price. Basic Period (Items 0001 - 0005) ___________ First Option. (October 1, 2007 through September 30, 2008) The Contractor will furnish all labor, equipment, materials, tools and supplies to keep all specified drainage ditches, culverts and gates in the areas listed below free flowing; free from beaver dams, log jams, debris and other obstructions. Trapping of n uisance animals will be required during specified periods of the contract as a means of population control. Nuisanc e animals include but are not limited to beaver, muskrat, nutria, armadillos, and groundhogs. These specifications will be for the following areas; Hartman Levee, Six Mile Levee, and McLean Levee Pump Station Required Item Description Service Period Site Visits # Visits Price/Visit Total Price 0006 Drainage Maint. (Oct. 1  April 30) Twice/Week 68 _________ _________ 0007 (May 1  Sept. 30) Bi-weekly 11 _________ _________ 0008 (Oct. 1  Sept. 30) Unscheduled 10 _________ _________ 0009 Nui. Ani. Ctrl. (Oct. 1  Feb. 29) Twice/Week 50 _________ _________ 0010 (Mar. 1  Sept. 30) Unscheduled 10 _________ _________ Estimated Total Bid Price. First Option (Items 0006 - 0010) ___________ Second Option. (October 1, 2008 through September 30, 2009) The Contractor will furnish all labor, equipment, materials, tools and supplies to keep all specified drainage ditches, culverts and gates in the areas listed below free flowing; free from beaver dams, log jams, debris and other obstructions. Trapping of n uisance animals will be required during specified periods of the contract as a means of population control. Nuisance animals include but are not limited to beaver, muskrat, nutria, armadillos, and groundhogs. These specifications will be for the following areas; Hartman Levee, Six Mile Levee, and McLean Levee Pump Station Required Item Description Service Period Site Visits # Visits Price/Visit Total Price 0011 Drainage Maint. (Oct. 1  April 30) Twice/Week 68 _________ _________ 0012 (May 1  Sept. 30) Bi-weekly 11 _________ _________ 0013 (Oct. 1  Sept. 30) Unscheduled 10 _________ _________ 0014 Nui. Ani. Ctrl. (Oct. 1  Feb. 28) Twice/Week 50 _________ _________ 0015 (Mar. 1  Sept. 30) Unscheduled 10 _________ _________ Estimated Total Bid Price. Second Option (Items 0011 - 0015) ___________ Estimated Total Bid Price. Basic and Option Periods (Items 0001  0015) ___________ Flood Reduction and Levee Maintenance (Nuisance Animal Control and Drainage Maintenance) Scope of Work. The Contractor will furnish all labor, equipment, materials, tools and supplies to keep all specified drainage ditches, culverts and gates in the areas listed below free flowing; free from beaver dams, log jams, debris and other obstructions. Trapping of nuisance animals will be required during specified periods of the contract as a means of population control. Nuisance animals include but are not limited to beaver, muskrat, nutria, armadillos, and groundhogs. Areas of Work. The specifications in this contract will be for the following areas; Hartman Levee, Six Mile Levee, and McLean Levee Pump Station. Prospective bidders should visit actual locations to be maintained before submitting a bid. See the attached aerial photog raphs and topographic maps for site details and work locations. Service Periods. The Contractor shall perform the work required during the specified periods as depicted in the Basic, First and Second Options. Site Visits. Scheduled  The contractor shall inspect and perform the required work within the specified areas during site visits. The frequency of sites visits have been established for each service and service period. Whereas, site visits are required twice/week, the contractor shall perform the required services on Mondays and Thursdays, between the hours of 6:00 a.m. and 6:00 p.m., throughout the service period. For site visits required bi-weekly, the contractor shall perform the required services on Mondays, be tween the hours of 6:00 a.m. and 6:00 p.m., throughout the service period. Any deviation from these designated service days or hours must first be approved by the Contracting Officers Representative (COR). Unschedu led  These site visits may be made upon request by the COR, the contractor may be required to perform services after normal working hours or on unscheduled days. The contractor shall be notified by the COR a minimum of six hours in advance on scheduled s ervice days and four hours in advance on unscheduled service days, of the need for additional unscheduled services. The Contractor shall be required to submit, for the approval of the COR, a work schedule of services with approximate times (to the nearest hour) of performance for all scheduled work days. The COR must be notified of and approve any deviation from this schedule. # of Visits. The required number of days the contractor must visit the work areas for services to be performed during each service period. Additionally, unscheduled services may be directed by the COR for drainage maintenance or nuisance animal control as needed to k eep drainages in a satisfactory free flowing condition. These services will be paid at the rate for unscheduled visits. Furthermore, during each service period it is likely that Drainage Maintenance and Nuisance Animal Control will be perform on same day site visits for all work areas. It is recommended, that all potential bidders consider this when placing bids for service. Nuisance Animal Control. For the removal of nuisance animals, the contractor will be required to use legal drowning or conibear-type trap sets. These sets must be checked at least every 72 hours. A depredation permit is required to trap some nuisance animals outside trapping se ason. The contractor must follow all Arkansas Game and Fish Commission Rules and Regulations. Access. The right-of-entry on Government-owned lands for purposes of this contract is granted to the Contractor. The Contractor shall provide the right-of-entry on any privately owned lands as required. No damage to government property shall occur in conjunctio n with this access. Record Keeping. The Contractor will record, in a hardbound journal, information pertaining to the services provided under this contract. For each area of work document the date and time of each site visit, condition of the work area, services provided, number and specie s of nuisance animal removed, number and types of traps set. The Contractor will be responsible for keeping this journal updated daily. Copies of the journal will be given to the Government Representative at the end of each month. The journal will be gi ven to the Government Representative at the end of the contract work. Deficiencies in Service. All work shall be performed as specified within the provisions of the contract. If the services are found to be defective in workmanship or otherwise not in conformity with the specifications and requirements, the Government shall have the right to rejec t such service. The work shall then be performed as specified without additional cost to the Government. Quality Control. The Contractor shall establish and maintain an adequate Quality Control system to satisfactorily inspect and ensure that all work performed by the contractors organization is in full compliance with this contract and the instructions, provisions, specific ations, drawings, and maps herein. A Quality Control individual, appointed by the Contractor, shall verify contract conformance of all work performed. The Contractor shall provide to the COR within fifteen (15) days after the award of the contract, a deta iled written Quality Control Plan, including an inspection program that will be used to comply with the specifications of this contract. The plan must be approved by the COR. Safety. 1. Safety Manual. The Contractor shall comply with all current provisions of the Occupational Safety and Health Act (OSHA) (www.osha.gov), in addition to the standards of the Corps of Engineers manual, EM 385-1-1, Safety and Health Requirements Manual ( http://www.usace.army.mil/inet /usace-docs/eng-manuals/em385-1-1/toc.htm). Particular emphasis will be placed on the Contractor's safety plan and the reporting provisions. 2. Correction of Deficiencies. The Contractor shall be required to correct any Safety deficiencies as directed by the Contracting Officer's Representative. 3. Safety Meetings. The Contractor shall conduct a safety meeting weekly with the Contractor's personnel to discuss potential safety hazards. All employees shall be briefed on safety procedures including such things as vehicle operation, use of equipme nt, first aid, visitor protection, and reporting accidents or injuries. 4. Personal Protective Equipment (PPE). Adequate PPE will be worn at all times while conducting contract services. All individuals involved in contract operations shall be dressed fully to include shoes, pants, and shirts (closed or buttoned). All of the Contractors operations and equipment are to comply with the Corps of Engineers Safety Manual, EM 385-1-1. Personnel. 1. Removal of Contractor Employees. The Contracting Officer or COR may require the Contractor to immediately remove from the work site any employee who endangers persons or property, or who is destructive or causes public disruption on the job site. No tification to the Contractor will be verbal, and in writing as soon as possible. No such removal, however, shall reduce the contractors obligation to perform all work required under this contract, and immediate replacement shall be made as required. Thi s requirement shall not be the basis of any claim for compensation or damages against the Government. 2. Conduct. Individuals involved in the contract operations must not be under the influence of alcoholic beverages or drugs. The contractor shall, at all times, be responsible for the conduct and discipline of his/her employees and all subcontractors a nd their employees. Disorderly, incompetent, or intemperate persons, or persons who commit any trespass on public or private property in the vicinity of the work, must not be employed, retained, or allowed upon the project. The contractor shall take imme diate action to correct any deficiencies upon notification by the COR. Required Performance Capability. The Contractor must have sufficient labor, equipment, and supplies, to perform all specified services in a satisfactory manner within the specified service period. Accident Reports. The Contractor shall maintain an accurate record of, and shall report to the Contracting Officer's Representative, all incidents and accidents within 24 hours of the occurrence, and all serious accidents (those resulting in death or injury requiring medic al attention) shall be reported immediately. Basis of Payment. The Contractor shall be paid only for work accomplished in accordance with these specifications and accepted by the Contracting Officer's Representative. Final payment will be made at the completion of the contract. Monthly progress payments will be considered. The original invoice along with a copy shall be submitted to the Russellville Project Office, 1598 Lock and Dam Road, Russellville, Arkansas 72802. Payment will be made approximately 45 days from the date the contractor submits an invoice an d work is verified and accepted. Supervision. The Contractor shall provide supervision of his/her employees or shall have a superintendent or foreman on the job site while services are being performed. The superintendent or foreman shall be designated in writing by the Contractor and shall have full authority to direct the work and to obtain supplies and equipment necessary to complete the work as required by these specifications. This individual may also serve as a Quality Control Inspector, provided that job performance in each category is maintai ned at an acceptable level to the COR. The superintendent and quality control personnel shall be required to have a copy of the contract i n their possession at all times for referral concerning questions of contractor responsibility. In addition, the Contractor may designate a responsible employee to act as work leader, and to complete a daily activity report. The superintendent/foreman or Quality Control Inspector shall have a cellular telephone so that Project personnel may contact him/her during working hours. The telephone number shall be provided to the Russellville Project Office. Certification of Familiarity with Specifications. The Contractor shall certify that all employees who work under this contract have been familiarized with these specifications prior to performance of required services. A signed statement of certification listing those employees who perform work under th is contract shall be submitted to the COR. An orientation for new employees must include this familiarization and a certification shall be submitted for these new employees prior to work being performed by the employee. Title 36  Rules and Regulations. While performing work under this contract, the Contractor and his/her employees vehicle operation and conduct shall conform to Title 36, Code of Federal Regulations, and other applicable state regulations. Specifically, no vehicles shall be operated off developed roadways (unless authorized by the COR), or in excess of posted speed limits and directional signs, or in a careless, reckless, or negligent manner. Damage to Government Facilities. The Contractor shall be responsible for any damages to government property and facilities that occur as a result of work performed as part of this contract. Caution shall be taken when working in or around government facilities. If damages occur, the Co ntractor shall repair or replace damaged features or facilities to the standards or specifications for which they previously existed, as determined by the COR. If the Contractor fails to perform adequate restoration, the government reserves the right to h ave the work completed, and take the necessary actions, including withholding payment, to ensure restitution is made. Environment. The Contractor shall comply with all Federal, State, and Local environmental laws, rules, and regulations. Any apparent conflict between compliance with such Federal, State, or Local laws, rules, and regulations and compliance with the requirements of th e contract shall be immediately brought to the attention of the Contracting Officer or the COR for final resolution. The Contractor shall notify the Contracting Officer or COR in writing in addition to any verbal notification of such conflicts. The Contr actor shall be liable for all fines, penalties, and costs that result from violations of, failure to comply with, all such Federal, State, or Local laws, rules, and regulations. Permits/Licenses. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses, permits, and letters of certification. Pre-work Conference. Not later than 5 working days from the award of this contract, the contractor is required to contact Jeremy Wells at (479) 968-5008, extension 250, to schedule a pre-work conference. The following provisions are incorporated 52.212-1 Instructions to Offerors, 52.212-2 Evaluation  Commercial Items, 52.204-7 Central Contractor Registration, 52.212-3 Offeror Representations and Certifications- Commercial Items, 52.212-4 Contract Terms an d Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.237-1 Site Visit, 52.236-1 3 Alt I Accident Prevention. Clauses and Provision may be viewed at http://farsite.hill.af.mil/vffarl.htm: Complete copy of provision 52.212-3 Offeror Representations and Certifications-Commercial Items and submit with your bid.
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR
Zip Code: 72201
Country: US
 
Record
SN01211198-W 20070114/070114190507 (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 |
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.