SOLICITATION NOTICE
99 -- Weed Control Spraying
- Notice Date
- 3/12/2008
- Notice Type
- Solicitation Notice
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W91CRA8023FAC
- Response Due
- 3/20/2008
- Archive Date
- 5/19/2008
- Point of Contact
- Frank Camacho, 719-526-3181
- E-Mail Address
-
Email your questions to ACA, Fort Carson
(frank.m.camacho@us.army.mil)
- 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. Fort Carson will be awarding a Firm Fixed Price contract with up to 4 option years. This award is a 100% set-aside for small business. In order to be considered for this award the following conditions must be met: 1 Be registered in Central Contractors Registry (CCR) and complete online Representations and Certifications Application (ORCA). 2. Be a small business. 3. Willingness to meet all aspects of the Statement of Work. 4. Submissions of proposals shall be submitted by 20 March 2008 at 12:00 p.m. Mountain Daylight Time (MDT). 5. Be Certified to spray sterilant herbicides by the state of colorado, colorado department of agriculture, division of plant industry , and possess a valid commercial applicator endorsement with categories of pest control authorized to perform. 6. Sterilants used for spraying must be approved by the Directorate of Environmental Conservational Management. 7. Contractor shall submit the labor category of the sterilant sprayer that coresponds with the Department of Labor Wage Determination Category; Reference http://wdol.gov. STATEMENT OF WORK Pueblo Chemical Depot (PCD) Weed Control (Herbicide Spraying) For FY 2008< BR> The contractor is responsible to read and comply with all contract terms, including the following specific guidance. I. GENERAL: 1. Scope of Work: The non-personal services to be rendered under this contract shall consist of furnis hing all necessary labor, equipment, and materials to spray herbicide, (dupont krovar | df soil sterilant or acceptable to the pueblo chemical depot [PCD] alternative) in order to prevent growth and/or kill the vegetation at several locations throughout th e grounds of the PCD. All treatments must be guaranteed for the entire growing season. If re-growth occurs the contractor must re-treat at no additional cost to the U.S. Government. The growing season is March 01 through September 30. The base period o f performance (POP) will be 04 April 2008 30 September 2008. 2. Objectives: The selected contractor shall be expected to provide sterilant herbicides through out the growing season as mentioned in the above paragraph. All sterilant spraying will be performed in the following sections of the PCD: G Block Clear Zone herbicide must be applied between both fences (approx. 30 ft. Width), as well as outside of the exterior And interior fences (approx. 5 ft. Width in each direction). Total are a is approx. 19.4 acres West (Demil Facility) Fenceline 1 mile of fenceline east of g block (approx 5 ft. Width) on each side of fenceline. Total area is approx. 1.2 acres. Firing Range this area is approx. 361 ft. X 279 ft. Entire are a must be sprayed. Total area is approx. 2.3 acres. J Block Igloos (J-101 and J-102) this entrance area is approx. 550 ft. X 24 ft. Spray perimeter base of entire fence surrounding both igloos; spray approx. 12 feet outside, as well as 12 feet i nside of fence, per ar 190-11. Total area is approx. 0.30 acres. Electrical Substation (E. Of B/49) this area is approx. 100 ft. Length x 75 ft. Depth. Spraying will be done from outside of the fencing. Total area is approx. 0.17 acres. <BR >Bldg. 540 (Environmental Mgt.) this area is approx. 75 ft. Width X 75 ft. Length. Spraying will be started at bldg. Foundation and spray approx. 10 feet away from the exterior of the bldg. Total area is approx. 0.13 acres. 90 Day Storage Yard This area is approx. 55 ft. Width x 55 ft. Length. Total area is approx. 0.07 acres. Helo-Pad This area is 100 ft. Width x 100 ft. Length. Total ar ea is approx. 0.23 acres Security Gates 15B (Running Route 2) / 20a (NW Passage) / 21 (Running Route 3) will include areas where gates swing off paved areas to enable gates to swing open without impediment during the growing season. Total area is approx. 0.02 acres Grand total of areas to spray = 23.82 acres 23.82 acres = 1037599 sq ft = 1037.6 msf (thousand sq ft) 3. Responsibilities: a) Contractor shall provide all tools, material, and equipment necessary to perform all requirements of this Statement of Work.. b) The contractor must be certified by the state of colorado, colorado dept. Of agriculture, division of plant industry, and possess a vaild commercial applicator endorsement with categories of pest control a uthorized to perform. c) Herbicide/sterilant must be approved for use at the pcd prior to spraying. d) After treatment, the contractor must supply the cor with the total pounds of active ingrediants (A.I.) That were actually used to spray the require d areas. e) The contractor shall visit the worksite to familiarize him / her self with the work and the working conditions. They shall verify dimensions and conditions in the field and inform the cor of any discrepancies prior to the commencement of any work. f) The contractor shall provide all personal protective equipment required for the contract. The technicians shall be trained and qualified in the use of all ppe. g) The base hours of operation are from 0630 to 1700 monday through thursday. The contractor shall schedule work during these hours where practical. h) In the event that it is required to work outside the normal base hours, the contractor will notify the pcd fire department on where/when they will be working. i) The contractor will supply Material Safety Data Sheets (MSDS) sheets before bringing any chemicals, cleaning supplies, paints and solvents etc. On site. 4. Special Considerations / Additional Information: a) If it is necessary for the contractor to spray i n the chemical limited area around G block then pcd protective mask issue will be required or also upon contractors request. At this time entry procedures into the limited area (g-block) require the contractor to obtain a medical clearance to use a pro tective mask. This clearance can be obtained by having the contractors private health provider sign a respiratory clearance form at the contractors expense. This form may be obtained at Bldg 3 or can be sent electronically upon request after award has been made. Subsequent to receiving clearance the contractor will be required to draw a protective mask from mask operations located in building 593. The contractor shall provide one weeks notice to mask operations to schedule the fitting. Additionally, the contractor will need to provide proof of social security number to security personnel (bldg 6) in order to be listed on the entry control roster for the limited area. Any vehicles entering the limited area will require an inspection in the transportat ion motor pool (bldg 47). Typically fulfilling these administrative requirements takes personnel approximately 6 hours on depot. b) A water source will be available at the pcd for the refilling of the spray tanks. The location of the water source is j ust north of (bldg 592). 5. Contract Manpower Reporting (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL cont ractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address Https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including t ask and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor s); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant F SC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contrac tor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized n omenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor wil l also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 Oc tober of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without th e need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.216-1 (Type of Contract), 52.21 7-5 (Evaluation of Options), 52.252-1 (Solicitation Provisions Incorporated by Reference) Clauses: 52.204-9 (Personal Identity Verification of Contractor Personal), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Ter ms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.216-18 (Ordering), 52.216-19 (Order Limitations), 52.216-22 (Indefinite Quantity), 52.216-27 (Single or Multiple Awards), 52.217-8 (Option to Extend Services), 52.2 17-9 (Option to Extend the Term of the Contract), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-41 (Service Contract Act), 52. 222-42 (Equivalent Rate of Federal Hire), 52.222-43 (Fair Labor Standards Act), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.233-4 (Application Law for Breach of Contract Claim ); 52.237-2 (Protection of Government Buildings, Equipment and Vegetation), 52.252-2 (Clauses Incorporated by Reference), 252.204-7004 (Alternate A), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-70 01 (Buy American Act and Balance of Payments Program), 252.232-7003 (Electronic Submission of Payment Requests). Payment will be made by electronic funds transfer via DFAS. Proposals shall include: 1. A cover letter signed by an individual autho rized to bind the organization. 2. Indication that online representations and certifications have been completed via the following website https://orca.bpn.g ov. 3. A complete pricing proposal for the base period (1 April 08 30 Sep 08), option year one (1 Mar 09 30 Sep 09), option year two (1 Mar 10 30 Sep 10), option year three (1 Mar 11 30 Sep 11), Option year four (1 Mar 12 30 Sep 12). On site Visit Information: There will be a visit for all interested parties, this site visit will be taking place on Monday, March 17, 2008 at 8:00 a.m. MDT, at the entrance of the Pueblo Chemical Depot. All interested contractors must submit their Full N ame, Company Name, and posses proof of insurance and registration of the vehicle that they will be driving at that time for entry purposes to the Pueblo Chemical Depot. All reservations shall be submitted no later than Friday March 14, 2008 at 12:00 p.m. MDT. Please submit your reservation and all information to Frank (Mike) Camacho, Contract Specialist at the e-mail address listed below. A map and directions will also be provided upon request. All questions shall be submitted electronically, ques tions over the phone will not be answered. Award selection will be based upon past performance (please give at least 3 references of past jobs relating to the requested service), lowest-price technically acceptable. All evaluation factors are equal . Proposals must be submitted to Frank (Mike) Camacho, Contract Specialist via e-mail: frank.m.camacho@us.army.mil or fax: 719-526-5333, by March 20, 2008, 12:00 p.m. MDT
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Country: US
- Zip Code: 80913-5198
- Record
- SN01530781-W 20080314/080312224517 (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 |