Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
MODIFICATION

S -- Tilling and Ground Maintenance

Notice Date
5/7/2007
 
Notice Type
Modification
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA4659-07-A-0011
 
Response Due
5/11/2007
 
Archive Date
5/26/2007
 
Point of Contact
Melanie Dewing, Contract Specialist, Phone 701-747-6103, Fax 701-747-4215, - Jeremiah Snedker, Contracting Officer, Phone (701) 747-5299, Fax (701) 747-4215,
 
E-Mail Address
melanie.dewing@grandforks.af.mil, jeremiah.snedker@grandforks.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation to establish a Blanket Purchase Agreement (BPA) for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-02. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 561730 and the small business size standard is $6.5 Million. The following service is being requested in this solicitation; STATEMENT OF WORK 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, tools, supplies, equipment, and labor necessary to ensure the tilling of petroleum-contaminated soils and general grounds maintenance are performed at Grand Forks Air Force Base?s Land Treatment Facility (LTF). The LTF is located northwest of the Alert Ramp on the west side of the base. 1.1. MAINTAIN GROUNDS. 1.1.1. Tilling. The Contractor shall provide tilling of petroleum-contaminated soils (PCSs) during the growing season IAW NDAC 33-20-09-02.4.d. Tilling, in the conventional sense of actually using a garden tiller, can be used to accomplish this task. However, a disc, chisel plow, or some other method approved by 319 CES/CEV would also be acceptable. The existing PCSs, consisting of approximately twenty (20) acres, shall be tilled four (4) times during the 2007 growing season. The first tilling shall take place within 15 days of notice to proceed, weather permitting, with the fourth tilling taking place approximately 1 Oct 07. PCSs introduced during the growing season shall be tilled as many times that remain in the growing season; evenly spaced between the first and fourth tilling, weather permitting. 1.1.2. Remove Debris/Police Grounds. The Contractor shall remove material such as concrete, rebar, wood, or other inert construction debris that may be present in some of the PCSs requiring tilling. The Contractor shall remove these materials as they become evident from tilling and properly dispose of them at an offbase location in accordance with existing local, state, and federal regulations. 1.1.3. Grounds Maintenance: The boundaries of the LTF (Exhibit A) are the berms along the west (A-B), north (A-D), and east (C-D). The south boundary is defined by the southern edge of the road (B-C). 1.1.3.1 Mowing/Trimming. Grounds maintenance tasks at the LTF shall include all grasses, birch, and tree saplings. The following areas shall be mowed, trimmed, and maintained two (2) times during 2006 as directed by 319 CES/CEVC. ? All berms, including the boundary berms and all interior berms; ? Areas not utilized for soil remediation or tilled within the boundaries; ? An additional twelve (12) feet beyond the berms and LTF road; ? A five-foot radius around each of nine monitoring wells (MW); and, ? Twelve (12) feet around the gate and entrance sign. 2. GENERAL: 2.1. QUALITY ASSURANCE. The government will periodically inspect and evaluate the contractor?s performance. 2.2. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (May 1999), for contractor?s failure to correct nonconforming services. 2.3. CORRECTIVE ACTION. The contractor shall, upon receipt of a notice in writing of any noncompliance with the foregoing provisions, take immediate corrective action. If the contractor fails or refuses to comply promptly, the contracting officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop orders shall be made the subject of a claim for extension of time or for excess costs of damages by the contractor unless it was later determined that the contractor was in compliance. 2.4. EQUIPMENT. Equipment brought on site shall be in good working order and not be leaking any fluids. All subcontractors shall be licensed, if applicable. Material safety data sheets (MSDSs) must accompany all chemicals brought onto GFAFB. 2.5. WORK ENVIRONMENT. Petroleum odors may become strong while tilling. Therefore, it may be necessary to work with approriate respirador protection. 2.6. HOURS OF OPERATION. Normal hours of operation for Grand Forks AFB and access to the LTF are 0730 to 1600, Monday through Friday, excluding federal holidays. Notification for entry shall be made two days prior to scheduled maintenance. Contact 319 CEV/CEVC at 747-6397 or 747-6154 for access. 2.7. SECURITY REQUIREMENTS. 2.7.1. This purchase order will entail work in areas requiring base entry only. 2.7.2. PASSES AND ID?S. The contractor shall obtain personal identification passes for all employees and vehicle passes (Air Force Form 75, Visitor/Vehicle Pass) for all contractor and personal vehicles requiring entry onto GFAFB. The contractor must complete form SFS 74 for each employee working on base, and submit it through the contracting officer to the Security Forces and Pass and Registration. Vehicle registration, proof of insurance, and a valid driver?s license must be presented for a vehicle to be registered. Once passes and ID?s are issued to the contractor, contractor personnel must carry them while on GFAFB property. 2.8. CONDUCT. The contractor shall ensure his employees comply with all base traffic and security instructions and properly conduct themselves while on this base. 2.9. POINT OF CONTACT. 319 CES/CEVC Mr. Stephen M. Braun, REM Environmental Engineer 525 Tuskegee Airmen Blvd GFAFB ND 58205 701-747-6397 or 701-747-6154 2.10. APPENDICES. A. Exhibit A: Site Layout Map This will be a 5 year Blanket Purchase Agreement The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to Melanie Dewing at: Fax 701-747-4215; e-mail melanie.dewing@grandforks.af.mil; or mail directly to 319 Contracting Squadron, 575 Tuskegee Airmen BLVD, Grand Forks AFB, ND, 58205-6436. Quotes are required to be received no later than 3:30 PM CST, Friday, 11 May. There is a site survey at the Land Treatment Facility scheduled 9 May 07 at 2:30pm Contractors must email the contracting specialist Melanie Dewing at melanie.dewing@grandforks.af.mil if they intend to attend the site survey
 
Place of Performance
Address: 575 Tuskegee Airmen BLVD, Grand Forks AFB, ND
Zip Code: 58205-6436
Country: UNITED STATES
 
Record
SN01288957-W 20070509/070507221346 (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.