Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2009 FBO #2959
SOLICITATION NOTICE

S -- PESTICIDE SPRAYING AT VARIOUS LOCATIONS FOR US ARMY CORPS OF ENGINEERS LOCATED NEAR YANKTON, SD

Notice Date
12/29/2009
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-10-Q-G007
 
Response Due
1/29/2010
 
Archive Date
3/30/2010
 
Point of Contact
MONICA DWYER, 402-667-7873
 
E-Mail Address
US Army Corps of Engineer - Omaha District
(monica.e.dwyer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PESTICIDE SPRAYING FOR THE US ARMY CORPS OF ENGINEERS LOCATED NEAR YANKTON, SD FOR BASE PERIOD OF MAY 15, 2010 THRU OCTOBER 31, 2010. VICINITY AND BOUNDARY MAPS ARE AVAILABLE UPON REQUEST BY CALLING 402-667-2541, DENNIS DAUM. SPECIFICATIONS FOR THE APPLICATION OF PESTICIDES AT GAVINS POINT PROJECT NEAR YANKTON, SOUTH DAKOTA 1. SCOPE OF WORK. The work performed under this contract consists of furnishing all labor, equipment and herbicides needed to apply to designated areas. This is a two year contract that runs from May 15, 2010 to October 31, 2010 and May 15, 2011 to October 31, 2011. To bid on this contract it is strongly recommended that you contact Dennis Daum at the Gavins Point Project for a tour of the areas to be sprayed before bidding. 2. LOCATION OF WORK. The location of the services covered by this contract will be the down stream area below Gavins Point Dam. The dam is located approximately four miles west and one mile south of Yankton, South Dakota on highway 52. 3. MEETING WITH CONTRACTING OFFICER REPRESENTATIVE-COR. 3.1. The Contractor shall meet with the COR prior to commencement of work to discuss performance requirements and administration of the contract. The Contractor at this meeting shall provide a certificate of insurance. The Contractor shall also provide the name of any person that has full authority to act in his or her absence. 3.2. The Contractor shall take an on-site tour of work areas with the COR prior to commencement of work. 3.3. Work not satisfactorily performed by the Contractor as specified in the terms of this contract may result in the Contractor respraying the area at the Contractors expense. 3.4. Contractor Personnel. All Contractor personnel shall be fully clothed at all times while performing the services of this contract. Fully Clothed shall be deemed to mean that a shirt or T-shirt, trousers, and shoes shall be worn at all times. All safety equipment needed to safely spray these areas in this contract must be properly worn. Tact diplomacy and courtesy shall be used at all times during contact with the public. 4. SPRAYING 4.1. Areas to be treated include: turf areas, cracks, breaks, and joints of parking lots, all designated gravel areas, rock storage piles, fence lines, sidewalks, center islands, road side curbs, playgrounds and camp pads. 4.2. All pesticides used in this contract will be furnished by the contractor and approved prior to application by the COR. 4.3. Spraying areas in this contract near the water where bare ground is the desired effect a combination of the herbicides Habitat and Rodeo will be used. 5. COMPLIANCE WITH LAWS AND REGULATIONS. The Contractor shall comply with all state and federal laws, ordinances, and statutes pertaining to the use, application, and disposal of pesticides. At the completion of each pesticide application, a Post - Application Form will be completed and provided to the COR identifying location, date, acreage sprayed, application rate, weather conditions, temperature, herbicide name, application rate and herbicide registration number. 6. QUANTITY. Area sizes are estimated, and are bid by each area. Areas will be sprayed as needed. When areas are to be sprayed, the Contractor will be given at least five days notice of the project spraying needs. 7. EQUIPMENT. The Contractor's spraying equipment shall comply with applicable state laws. Mechanical failure, or other similar reasons will not be sufficient to excuse failure to adhere to the schedule. The contractors equipment must be adequate to successfully and safely complete the job. 8. WORK SCHEDULE. All spraying in areas must be performed between the hours of 8:00 a.m. and 3:00 p.m. Monday through Thursday. Caution must be taken when spraying around visitors. 9. NOTIFICATION OF DAMAGE. The Contractor will notify the Contracting Officer immediately of damage to Government or private property and injury to any person resulting from his or her operation. 10. SUBCONTRACTING. No contract shall be made by the Contractor with any other party for furnishing any of the work contracted for without the written approval of the Contracting Officer. This provision does not apply to contracts of employment between the Contractor and his personnel. 11. SAFETY. The Contractor shall conduct all operations of this contract in a fashion to protect the safety of all involved parties. Playgrounds and camp pads shall be posted to notify public of spraying. 12. ON SITE VISIT. It is highly recommenced that all bidders make an onsite visit to the Project to inspect the areas prior to bid submittal. 13. BEST VALUE. 13.1 Award to the successful contractor shall be based on Best Value rather than low bid. Bids will be rated on the following factors and references from previous employers must be provided on each of the following factors, and references from previous employers must be provided on each of the following items with the exception of price: a. Equipment. b. Workforce. c. Past Performance. d. Price. 14. INSPECTION. 14.1. Inspection of work will be made by an Authorized Representative of the Contracting Officers Representative at regular intervals. The contractor will notify the Authorized Representative upon completion of each days spraying. 15. PAYMENTS AND INVOICING. 15.1. Payments for services rendered under this contract will be made upon receipt of the invoice. The quantities on the bid sheet are estimates for bidding purposes. The actual number of sprayings may vary depending on climatic conditions. Payment will be made for the actual number of sprayings ordered and satisfactorily completed. 15.2 Invoices shall be submitted on a monthly basis at the end of each month. Invoices shall be submitted to the Army Corps of Engineers, Gavins Point Project P.O. Box 710 Yankton, South Dakota 57078. Each invoice shall be itemized and show the contract number on an approved invoice form. Number of man hours of work shall be on each months invoice. Payments will be made at the contract bid price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-10-Q-G007/listing.html)
 
Place of Performance
Address: US Army Corps of Engineer - Gavins Point Project 55245 Highway 121 Crofton NE
Zip Code: 68730
 
Record
SN02032171-W 20091231/091229234048-c75565a938e69bb2b60ce9ceb5a48461 (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.