Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2008 FBO #2491
SOLICITATION NOTICE

V -- Avalanche Hazard Reduction

Notice Date
9/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
N1573090001
 
Response Due
10/8/2008
 
Archive Date
9/19/2009
 
Point of Contact
John G. Chaney Contract Specialist 3073442075 John_chaney@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Avalanche Hazard ReductionYellowstone National Park9/18/08 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; proposals are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Proposal #N1573090001. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format stated in Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. NAICS code: 481219 or 488490; Small business size standard: $7,000,000. The proposed contract is set-aside for small business concerns. All responsible small business concerns may submit a proposal which shall be considered by the National Park Service (NPS). The anticipated award date is approximately the end of October, 2008. Address questions regarding this solicitation to John Chaney at john_chaney@nps.gov or 307-344-2075. Questions that arise between 10/2/08 and 10/15/08 should be addressed to Jeff Sneddon at jeffrey_sneddon@nps.gov or 307-344-2080. 2) SCOPE OF WORK: The Scope of work includes the terms and conditions noted within this document and the attached document title and dated: Statement of Work, Avalanche Hazard Reduction, Yellowstone National Park, 9/18/08. Term of the Contract: from contract award through the end of April, 2009,Period of performance: Missions may occur as noted in the attached Statement of Work. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/ Provision 52.204-8, Annual Representations and Certifications: Offerors shall complete and submit clause 52.204-8 with their proposal. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "The Government will evaluate proposals per the procedures noted in Part 13 of the Federal Acquisition Regulations. The Government may elect to accept other than the lowest priced proposal when the perceived benefits of a higher priced proposal merit the additional cost. Award will be made to the responsible offeror whose proposal conforms to the solicitation requirements and provides the best value to the Government. The value of proposals shall be evaluated based upon price and the following non-price factors: a) Prior experience of field crew and contractor in conducting aerial delivery of explosive charges for avalanche hazard reduction/mitigation.b) Type of equipment to be utilized for mission accomplishment.c) Vendor ability to acquire specific federal, state or local licenses and work within all applicable governmental regulations as relates to explosives, particularly ATF requirements.d) Proximity and response time to Sylvan Pass within Yellowstone National Park which is the primary area of operations for avalanche hazard reduction operations. Dunraven Pass is a potential secondary area of operations during spring road plowing operations.e) Past performance conducting these types of operations. Offerors shall submit a list of at least 3 references noting contact name and phone number. Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 3 years, provided by the contractor; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources may include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Pricing: The Government will analyze proposed prices to determine if they appear fair and reasonableness. The Government is prohibited from awarding a contract to an offeror unless their proposed prices are determined to be fair and reasonable." Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.233-3, 52.233-4, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.222-50, 52.225-1, 52.225-13, and 52.232-33. Clause 52.216-18, Ordering:(a) Any services to be furnished under this contract shall be ordered by issuance of task orders by the Contracting Officer. Such orders may be issued at any time during the term of this contract. (b) All task orders are subject to the terms and conditions of this contract. In the event of conflict between a task order and this contract, the contract shall control. (c) Orders may be issued orally, by fax, or e-mailed. A task order is considered "issued" when the Contracting Officer faxes, e-mails or contacts the contractor by phone and places the order. Clause 52.216-19, Order Limitations:(a) Maximum order. The Contractor is not obligated to honor- (1) Any single order in excess of 4 missions or (2) A series of orders within 7 days that together call for quantities exceeding the limitation in paragraph (a)(1) of this clause. (b) The Contractor shall honor any order exceeding the order limitation in paragraph (a), unless the contractor notifies the Contracting Officer in writing within 2 days after issuance of the order, of the Contractor's intent not to provide the required services. Upon receiving this notice, the Government may acquire the services from another source. Clause 52.216-22, Indefinite Quantity, applies to this acquisition. The last section of the last sentence of this clause shall be read as follows: "the Contractor shall not be required to make any deliveries under this contract after May 31, 2009. Clause 52.216-27, Single or Multiple Awards, applies to this acquisition. The following text shall be added to the clause:"If multiple awards are issued then the contracting officer shall provide each awardee a fair opportunity to be considered for each order exceeding $3,000 unless one of the following exceptions apply: (i) The agency need for the supplies or services is so urgent that providing a fair opportunity would result in unacceptable delays, (ii) Only one awardee is capable of providing the services required at the level of quality required because the services ordered are unique or highly specialized, (iii) The order must be issued on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order, (iv) It is necessary to place an order to satisfy a minimum guarantee. The Contracting Officer need not contact each of the multiple awardees under the contract before selecting an order awardee if the Contracting Officer has information available to ensure that each awardee is provided a fair opportunity to be considered for each order. The Contracting Officer shall consider the following when selecting an order awardee: (a) price, (b) Past performance on earlier orders under the contract, including quality, timeliness and cost control, (c) Potential impact on other orders placed with the contractor, (d) Minimum order requirements." Clause 52.222-41, Service Contract Act of 1965, applies to this acquisition. The following wage determination is applicable to this acquisition: 2005-2587, Revision 04 dated 5/29/08. The contractor shall download a copy of the wage determination from the following website: http://www.wdol.gov/sca.aspx#0. Enter the following information after the appropriate blanks: Wyoming; Park or Teton counties; Were these services previously performed at this locality under an SCA-Covered contract: no; Are the contract services to be performed listed below as Non-Standard Services: no. Offerors may also obtain a copy of the wage determination by sending a written request to john_chaney@nps.gov. If in the performance of this contract the contractor employs any class of service employee which is not listed within the wage determination then they shall follow the conformance procedures as indicated in subsection (c) of clause 52.222-41. Clause 52.228-5, Insurance-Work on a Government Installation, applies to this acquisition Clause 1452.228-71 Aircraft and General Public Liability Insurance: This clause applies only if the contractor chooses to utilize an aircraft to accomplish the work of this contract. (a) The Contractor, at the Contractor's expense, agrees to maintain, during the continuance of this contract, aircraft liability and general public liability insurance with limits of liability for:(1) bodily injury to or death of aircraft passengers of not less than $75,000 for any one passenger and a limit for each occurrence in any one aircraft of at least an amount equal to the sum produced by multiplying $75,000 by 75 percent of the total number of passenger seats installed in the aircraft; (2) bodily injury to or death of persons (excluding passengers) of not less than $75,000 for any one person in any one occurrence and $300,000 for occurrence; and (3) property damage of not less than $100,000 for each occurrence; or (4) a single limit of liability for each occurrence equal to or greater than the combined required minimums set forth in (1) through (3) above. (b) The Contractor also agrees to maintain worker's compensation and other legally required insurance with respect to the Contractor's own employees and agents Clause 1489.216-135 Fixed Prices - Indefinite Delivery / Indefinite Quantity Contract:The fixed rates noted in the price schedule of this contract shall apply for payment purposes for the duration of the contract. Fixed price task orders will be issued against this contract for the services specified in each task order, based upon the established prices as stated in the contract price schedule. Clause 1489.216-140 Minimum and Maximum Amounts:Ordering Limitations: The NPS will order work by issuance of firm fixed price task orders. The maximum ordering limitation will be 10 missions for the life of the contract. The guaranteed minimum for the life of the contract is 1 mission. 4) PROPOSAL: Solicitation: N1573090001, Avalanche Hazard Reduction for Yellowstone National ParkProposals Due: 2:00 pm Mountain Time, Wednesday, October 8, 2008Submit to: John Chaney at john_chaney@nps.gov or Fax: 307-344-2079;Also submit to: Jeff Sneddon at jeffrey_sneddon@nps.gov or fax: 307-344-2079;Proposal contents: (a) Completed clause 52.204-8 as noted above, (b) Acknowledgement of all amendments: Amendments will be listed on www.fbo.gov; enter the solicitation number "N1573090001" in the quick search block, (c) Offeror information noted below, (d) complete price schedule noted below, and (e) information which demonstrates the offeror's qualifications relative to the non-price factors noted in clause 52.212-2 above. DATE: ___________________________________________________________________________________________; CONTRACTOR: ____________________________________________________________________________________; ADDRESS: ________________________________________________________________________________________; DUNS Number: ___________________________________________________________________________________; Contact Name: _____________________________________________________________________________________; Phone: ____________________________________________________________________________________; Fax: _______________________________________________________________________________________; E-mail: _______________________________________________________________________________________; General Price Schedule Notes:1. Offerors shall submit a price for all line items; failure to do so may render the proposal unacceptable.2. The Government reserves the right to award any or all of the line items at the time of contract award. Price Schedule Line Item #: 1, Price per operational mission, Price: $
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b99ed27ba1565244718ff06cb882bc8a&tab=core&_cview=1)
 
Place of Performance
Address: Yellowstone National Park<br />
Zip Code: 82190<br />
 
Record
SN01676539-W 20080921/080919221635-b99ed27ba1565244718ff06cb882bc8a (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.