Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
DOCUMENT

99 -- Tree Services for Storm Damage - Amendment 1

Notice Date
6/30/2008
 
Notice Type
Amendment 1
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3D98161A002
 
Response Due
7/9/2008 5:00:00 PM
 
Archive Date
7/24/2008
 
Point of Contact
Terri L. Waywell,, Phone: 8056066367
 
E-Mail Address
terri.waywell@vandenberg.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for services, non-personal prepared in accordance with the format in 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 combined synopsis/solicitation is issued as a request for quote #F44D3D98161A002. Submit written offers - quote template provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.bpn.gov). This procurement is being issued as a 100% Small Business Set-Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARS Change Notice 2008513. North American Industrial Classification Standard (NAICS) 561730 and Size Standard $6.5 million apply to this procurement. STATEMENT OF WORK: Project Number: F4D3D98161A002 Project Title: Tree Service in Support of Storm Damages, on an On-call Basis 1.0. DESCRIPTION OF SERVICES 1.1. Scope. The contractor shall provide all management, tools, supplies, equipment, and labor necessary to ensure that tree services are performed at Vandenberg Air Force Base (VAFB) in a manner that will maintain a healthy, pest and disease free, thriving, attractive and professional appearance of tree landscapes. 1.2. Objectives. Provide a variety of tree maintenance services on VAFB. The contractor shall provide base-wide tree services requested by the Government on various types of trees located on VAFB. The contractor shall comply with all Federal, State, Local and VAFB rules and regulations. Performance of services shall follow commercial industry standards as described by professional organizations such as the National Arborist Association, American Society of Landscape Architects, and American National Standards Institute (ANSI). 1.3. Tree Services. 1.3.1. Tree Service. Trees specifically identified by the government shall include the following services: pruning to ensure a healthy natural or manicured appearance (trees shall be pruned to ensure adequate safety clearances from sidewalks, structures, yards, driveways, roadways and power lines); or removal (disposed of as stated below in paragraph 1.5). All tree services shall be performed in accordance with commercial and ANSI standards. 1.3.2. Tree/Stump/Root Removal. Trees that are identified for removal shall be cut in accordance with commercial and ANSI standards. The remaining stump and roots shall be removed (upon government request) in accordance with commercial ANSI standards and removed in accordance with paragraph 1.5. The holes shall be filled with like-soil and seeded/sod to match the adjacent area ensuring there are no safety hazards. 1.3.3. Power Line Tree Trimming/Removal. When power line tree trimming/removal is performed, industry standards will prevail. If power disruption is required, the contractor shall coordinate with 30th Civil Engineer Squadron, Exterior Electric shop (30 CES/CEOFE), at least 24 hours in advance, so that power can be shut off to ensure the safety of government and contractor personnel and property. Contractor shall coordinate with the Government to notify of the requested power disruption. 30 CES/CEOFE personnel will notify facility occupants of upcoming scheduled outages for power line tree trimming. 1.4. Restoration of Grounds & Fences. The contractor shall restore all grounds in the areas affected by any government tasking. The contractor shall restore the area to a natural appearance at no additional cost to the government. If required, the contractor shall remove and replace any fence that interferes with the task. Any damage caused by the contractor shall be repaired at no additional cost to the government. 1.5. Waste Materials/Weigh-In and Disposal of Tree Materials. 1.5.1. Base-wide Tree Service Waste Materials. The contractor shall ensure that only debris acquired from the base is disposed of at the VAFB Sanitary Landfill. The contractor shall ensure all tree debris is weighed at the scale prior to being disposed of at the base-wide holding area by contractor at no additional expense to the government. The weigh station is currently located at the VAFB Sanitary Landfill. Solid waste (trash/garbage) disposal at the VAFB Sanitary Landfill is not authorized. Weigh slips shall be maintained by the Contractor. At the end of each month, copies of the weigh slips shall be submitted to Government Personnel located in Service Contracts (30 CES/CEOSC). If the weigh station is closed, the Contractor shall provide off-scale weigh slips to Government Personnel in Service Contracts (30 CES/CEOSC). The contractor shall provide a monthly hazardous material usage report to the Government. This report will be submitted by the 5th day of each month. 1.5.1.1. Regulatory requirements are mandated as directed by the California Integrated Waste Management Board (CIWMB) in Title 14, California Code of Regulations (CCR) Division 7, Chapter 3.1, Articles 1-3 inclusive. 1.5.1.2. The Contractor shall process and transport all organic or green waste materials to the VAFB Sanitary Landfill daily, but no later than 24 hours of generation. Stockpiling of organic/green waste on VAFB property (outside of the landfill) is prohibited. Contractor shall ensure organic and green waste materials generated under this Contract do not attract or provide habitat for insects or rodents. 1.5.2. Chipping/Composting Operations. The Contractor shall process (chip/grind) all organic/green waste materials generated under this Contract at the job site prior to transport to the VAFB Sanitary Landfill. 1.5.2.1. Chippers and Grinders. Chippers/grinders powered by diesel or gasoline fired engines 50 bhp and above must be registered in the California Air Resources Board (CARB) Portable Equipment Registration Program (PERP). Registration in this program is the responsibility of the equipment owner, and unregistered equipment shall not be allowed on VAFB. Compliance with the provisions of the registration is the responsibility of the equipment owner. Each equipment unit will have two registrations, one for the combustion emissions from the engine and one for the particulate matter emissions from the grinding/chipping activity. The registrations consist of a paper registration which identifies the equipment and the recordkeeping/reporting conditions required by CARB. In addition, a sticker with the registration number and expiration date must be affixed to the equipment. If PERP registrations can not be obtained, the contractor must have a permit to operate (PTO) from the Santa Barbara County Air Pollution Control District valid to operate at various locations in Santa Barbara County. 1.5.2.1. The Contractor shall notify 30 CES/CEVV (Solid Waste Manager, prior to performing any operation that would be covered by CCR 14, Division 7, Chapter 3.2, Sections 17850 through 17870 inclusive (Chipping/Composting Operations Regulatory Requirements). The Contractor shall not proceed with any regulated activities until authorization/permit is received from 30 CES/CEVV. The Contractor shall be responsible for complying with all requirements of any permits or registrations issued under the Chipping/Composting Requirements. This requirement places limitations on processing and storage of green waste and wood materials generated by chipping/composting type operations. The Contractor shall support/comply with regulatory inspections executed under the State/County authority granted by this requirement. 1.5.3. The Contractor is responsible for conforming to basic landfill segregation rules (i.e., separating green waste, wood waste [large branches over 1-1/2 inches in diameter and over 2-feet long], waste soils, and plastics) of all materials generated by operations conducted under this Contract prior to transport of materials to the VAFB Sanitary Landfill. 1.5.3.1. Organic or green waste materials shall not be contaminated by food materials, bio-solids, mixed solid waste, woods containing lead-based paint or wood preservatives, or mixed construction/demolition debris. 1.5.3.2. Both unprocessed and processed organic and green waste materials shall not contain greater than 1.0 percent of physical contaminants by weight. The base landfill shall reject the load if this threshold is exceeded. The Contractor shall be responsible for separating and removing contaminants from the load prior to transport to the VAFB Sanitary Landfill or shall dispose of the mixed solid waste load at a permitted off-base solid waste disposal facility at no additional cost to the Government. 1.5.4. Current Base Weigh-In Station hours of operation are 7:30 a.m. to 3:30 p.m., Monday through Friday; VAFB Landfill is closed Saturday, Sunday, and on Federal holidays. No adjustment in Contract price is warranted should changes in hours of operation or location of Weigh-In Station occur during the Contract period. 1.5.5. For further clarification, the Contractor can reference the VAFB Solid Waste Management Plan (30 SW Plan 32-7042) or contact the Contract Administrator at (805) 605-6367 for assistance. 1.6. Environmental Compliance. The Contractor and their subcontractors, shall comply, with the most stringent environmental federal, state, and local laws and regulations; and Air Force policies, instructions, and plans. The Federal Government is not exempt from compliance with environmental regulations. 1.6.1. Contractor shall comply with the Migratory Bird Treaty Act by coordinating activity with a representative from CEVN. In general, trees with active nests of migratory birds are not to be disturbed during the nesting and fledging season. 1.6.2. Air Quality Requirements. The Contractor, and their subcontractors, shall comply with all applicable, but not limited to: Federal and state Clean Air Acts; Santa Barbara County Air Pollution Control District (SBCAPCD) rules and regulations http://www.sbcapcd.org/rules/; SBCAPCD Permit To Operate (PTO) or Authority to Construct (ATC) requirements; California Air Resources Board standards, controls, and portable equipment registration requirements http://www.arb.ca.gov/portable.htm; any applicable US EPA Maximum Achievable Control Technology (MACT) standards; AFI 32-7040, Air Quality Compliance; AFI 32-7086, Hazardous Materials Management; 30 SWI 32-702, Environmental Management Air Emission Inventories; and 30 SW Fuel Use Monitoring Plan (FUMP). The contractor shall comply with all the applicable air quality requirements. For further clarification, the Contractor can contact the Contract Administrator at (805) 605-6367. 1.6.3. When the Contractor is performing demolition, site clearing, rough grading, landscape grading, excavation, backfilling, trenching, paving activities, then the Contractor shall comply all applicable SBCAPCD Rules, including Rule 210, Fees; Rule 302, Visible Emissions; Rule 303, Nuisance; Rule 304, Particulate Matter; Rule 306, Dust and Fumes-Northern Zone; Rule 329, Cutback and Emulsified Asphalt Paving Materials; and Rule 1001, National Emission Standards for Hazardous Pollutants (NESHAPs). 1.6.4. The Contractor shall cover all transported loads that could cause a "nuisance" to public safety and to avoid fugitive dust emissions as in, but not limited, to Rule 303, Nuisance. 1.6.5. The Contractor shall ensure that all applicable generators and internal combustion engines (ICEs) of 20 brake horsepower or greater capacity are properly permitted or registered for use on VAFB. If the Contractor's or Subcontractor's equipment is found to be in violation, then the equipment shall be immediately removed from VAFB to avoid a potential violation situation. The Contractor shall comply, as applicable, with Rule 201, Permits Required and Rule 202, Exemptions to Rule 201, dated 17 March 2005. NOTE: Fuel Usage Reporting is required for ICEs that have a "Construction Exemption" (SBCAPCD Rule 202, Paragraph F.3). 1.6.6. The Contractor shall list in the Environmental Protection Plan, the Contractor's equipment, include potential rentals, requiring California Portable Statewide Equipment Registration, especially all applicable generators and internal combustion engines of 20 brake horsepower or greater capacity. The Contractor shall provide in their Environmental Protection Plan a copy of the SBCAPCD PTO or California Statewide Potable Equipment Registration conditions and requirements for all the facilities or equipment. 1.6.7. The Contractor shall not make use of, nor provide to the Government, any chemical, solvent, material, or any system making use of materials classified as a Class I Ozone Depleting Substance (ODS). Class I ODS's include chloroflurocarbons refrigerants CFC - 11, -12, -13, -111, -112, -113, -114, -115, -211, -212, -213, -214, -215, -216, and -217, carbon tetrachloride, methyl chloroform, methyl bromide, and halons 1011, 1202, 1211, 1301, and 2402. 1.6.8. When the Contractor is required to work on any equipment with Class I ODS refrigerants, then the Contractor shall comply with, at a minimum, all of the requirements identified in 40 CFR Part 82, Section 608, Ozone Protection Regulations: Stationary Refrigeration and Air Conditioning, Halon Handling of the Clean Air Act. 1.6.9. The Contractor shall report all required Air Quality Reporting Requirements per SBCAPCD rules and permits, CARB requirements, or 30 SW Instruction 32-702, Environmental Management Air Emission Inventories instruction to the 30 CES/CEVC, Air Quality Section. 1.6.10. The Contractor shall provide at the end of the project, to 30 CES/CEVC, Air Quality Manager, an Annual Air Emissions Inventory Report. This report shall include equipment brought on sight, but not limited to: hours of operation for each non-road piece of equipment; type of fuel / media / product usage; size and quantity; the make, model, serial number; and the contract number. NOTE: Fuel Usage Reporting is required for ICEs that have a "Construction Exemption" (SBCAPCD Rule 202, Paragraph F.3) from the 30 CES/CEVC. 1.7. Firewood 1.7.1. 30 CES/CEVN personnel responsible for firewood administration will determine whether or not the tree will be made available for firewood sales. 1.7.2. Firewood storage area(s) will be identified by CEVN personnel to the contractor. 1.7.3. All designated firewood remains the property of the U.S. Government. The contract will be Firm Fixed Price with the following structure: CLIN 0001 Tree Service in Support of Storm Damages, on an On-call Basis - 1 LOT Include a complete breakdown of all costs: Labor, Materials, Equipment, and Transportation (by hour and rate) The following provisions and clauses apply to this acquisition: FAR 52.204-9: Personal Identity Verification of Contractor Personnel FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-2 Evaluation-Commercial Items, quotes will be evaluated on price. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Dev. Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. FAR 52.233-3 Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.213-2 Invoices FAR 52.213-3 Notice to Supplier FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration. FAR 52.242-15 Stop-Work Order FAR 52.252-2 Clauses Incorporated by reference (view clauses at): http://farsite.hill.af.mil/vffar1.htm DFARS 252.204-7004 Alt. A Central Contractor Registration (FAR 52.204-7) DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.212-7001 dev Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act and Balance of Payments Program AFFARS 5352.201.9101 Ombudsman Contact: AFSPC/A7KO, 719-554-5250, afspc.a7k@peterson.af.mil AFFARS 5352.223-9000 Elimination of ODS AFFARS 5352.223-9001 Health & Safety on Gov't Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations CONS G-800 Memorandum for Vandenberg AFB Contractors All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. All quotes must be sent to Terri Waywell at terri.waywell@vandenberg.af.mil or faxed to 805-606-5193 no later than 5:00 PM PST on 9 JUL 08.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f65790e9b4d4ef09b51334b605ba69b8&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: Department of Labor Wage Determination (WD 2005-2063 Rev6 Dated 05-29-08.doc)
Link: https://www.fbo.gov//utils/view?id=433864e757e9e704a4c465faf5ee0b13
Bytes: 93.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Vandenberg AFB, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN01603706-W 20080702/080630215334-f65790e9b4d4ef09b51334b605ba69b8 (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.