Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

36 -- RECOVERY--36--PROJECT NUMBER 8840, Harry S Truman Dam And Reservoir, MO The government intends to compete a firm-fixed price procurement that is SET-ASIDE FOR SMALL BUSINESS. The North American Industry Classification System (NAICS) Code (See Desc)

Notice Date
1/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
113310 — Logging
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-10-T-0047
 
Response Due
2/10/2010
 
Archive Date
4/11/2010
 
Point of Contact
James D. Kindle, 660-438-7317
 
E-Mail Address
US Army Engineer District, Kansas City
(james.d.kindle@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(Subject Continued) for this project is 113310 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. Solicitation #W912DQ-10-T-0047 TREE SHEARING 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. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-31 and Defense Federal Acquisition Regulation Supplement 20090115. The government intends to compete a firm-fixed price procurement that is SET-ASIDE FOR SMALL BUSINESS. The North American Industry Classification System (NAICS) Code for this project is 113310. SBA size standard is 500 employees. Quotes in response to this solicitation must be signed and dated and submitted no later than Close of Business 4:00 p.m. CST, 10 February 2010. Quotes may be submitted via hardcopy, to the address below, by email to James.D.Kindle@usace.army.mil or by facsimile to 660-438-7815. Vendors are responsible for verifying the receipt of any quotes submitted by fax or email. In order to assure that you quote is received, you can contact J.D. Kindle at 816-389-2291. Any contract resulting will be a firm-fixed price (FFP) service contract. The performance period will be from date of award through September 30, 2010. Please note that vendors must currently registered in the Central Contractor Registration (CCR) Database and Online Registration and Certification Application (ORCA). Additionally there are some unique reporting requirements relevant to the use of ARRA funds (see FAR 52.204-11) Offerors are responsible for understanding the provisions and clauses incorporated in this solicitation. These clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. "Technical Point of Contact Rich Abdoler 816-389-3738. "Contractual Point of Contact J.D. Kindle 816-389-2291. Utilizing funds from the American Recovery and Reinvestment Act (ARRA), the services to be furnished under this procurement is for Tree Shearing Services of various properties throughout the Harry S. Truman Project, Warsaw, Missouri. The general scope of work includes, but is not limited to, a post-award conference, reports, meetings, daily worksheets, etc., and furnishing all labor, equipment, supplies, and supervision, as necessary to accomplish the tree shearing/clearing of and application of chemical. All work shall be accomplished according to the performance work statement provided by this combined/synopsis/solicitation (see addition documentation). The Contractor shall monitor performance and ensure compliance in accordance with the terms and conditions of the solicitation/award. Department of Labor wage rates apply and are provided. (See additional documentation below). Solicitation # W912DQ-10-T-0047 NOTICE TO VENDORS TREE SHEARING Performance Work Statement A. Vendors must quote on all items and entire quantities contained in the basic contract period and all renewal options (if any) to be considered. Quotes received not complying with this requirement will be considered non-responsive and will be rejected. B.REQUIRED CCR REGISTRATION: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained, and online registration may be accomplished, at www.ccr.gov http://www.ccr.gov. By submission of a bid, a bidder acknowledges the requirement to be registered in the CCR database prior to award; during performance; and through final payment of any contract resulting from the solicitation. Refer to CCR clause (either 252.204-7004 or 52.204-7). C. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Prior to bidding, vendors must complete online the Representations and Certifications. To do so requires CCR registration, including an MPIN number. Instructions may be obtained, and required information may be entered, at http://orca.bpn.gov. D. Additionally there are some unique reporting requirements relevant to the use of ARRA funds (see FAR 52.204-11) Offerors are responsible for understanding the provisions and clauses incorporated in this solicitation. These clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. E. Vendor's attention is directed to E-Far 52.000.4013, wherein are procedures for correction of Arithmetic discrepancies. F. The contractor shall furnish proof of proper licensing and required insurance in the form of a copy of the insurance policy, or a binder, issued by the insurer. Proof of proper insurance shall be provided to the Contracting Officer's Representative at the post-award conference or prior to starting work on the first day of the service period. G. It is the responsibility of the contractor to perform a thorough review of this solicitation. Questions of a technical nature should be addressed to Rich Abdoler 816-389-3738. H. Prevailing Wage Rates are attached and should be considered as the basis for determination of the bid submitted for this solicitation. I. The MINIMUM BID ACCEPTANCE PERIOD is 60 calendar days. Bidders not conforming to the minimum period will be determined to be nonresponsive. J. VISA IMPAC cards can be used to pay individual invoices (up to $25K). Do you accept the government (IMPAC) credit card for payment? _____Yes _____No. K. SITE VISIT: A tour of the site before bidding on the project is strongly advised. Truman Lake Project, US Army Corps of Engineers is located near Warsaw, Missouri, Telephone 816-389-3738. L. For the purpose of pre-award evaluation, persons submitting bids/quotes must provide a telephone number at which they can be contacted for a period of not less than one (1) week following the closing date of this solicitation. Bids/quotes from persons who cannot be contacted by telephone over a two day period during normal office hours (8 a.m. through 4 p.m., C.S.T.) within the one week period following bid/quote closing will be considered non-responsive and removed from further consideration, and the next bid/quote will be considered. A.1 General Information A.1.1 The Corps of Engineers is charged with the maintenance, development, and protection of wildlife habitat at Harry S. Truman Project. One of the techniques used to achieve these goals is the establishment of annual food plots to provide reliable winter food supplies for wildlife. The purpose of this solicitation is to obtain services to establish these food plots in critical habitat areas around the lake. A.1.2 Scope of Work: The services to be furnished under this procurement shall consist of a post-award conference, reports, meetings, daily worksheets, furnishing all labor, equipment, supplies, transportation, security and supervision, as necessary to satisfactorily accomplish the tree shearing at the locations and time periods specified in Table 1 in accordance with the attached performance work statement (PWS). The Contractor shall perform tasks listed in Section D-1. Acceptable performance standards and current regulations are provided for each task. The Contractor shall monitor performance and ensure compliance in accordance with the terms and conditions. *NOTE: All acreages are estimated. The contractor shall be responsible for determining exact acreages and all conditions affecting this work. A.1.3. Location and vicinity maps showing the locations of the proposed work are included with this solicitation. Aerial photos may be viewed at the Truman Project Office. Prospective bidders are encouraged to make an on-site inspection of these areas prior to bidding. A.1.4. After award, and before commencement of the work, the Contractor shall meet with the Contracting Officer's Representative (COR) to discuss the requirements of this contract and to develop a mutual understanding related to the details of the work. A.1.5 PERIOD OF PERFORMANCE Period of Performance is determined by location. Locations and related Period of Performance is listed in Table 1 A.1.5.1 PERIOD OF CONTRACT: Services shall become effective (start) on date of award or as stated for each individual location. In no case shall the contractor perform work under the terms of this contract after 30 September 2010.. A.1.5.2 All work shall be accomplished within the timeframes specified. Services rendered outside the time periods specified will not be compensated unless specifically approved, in writing, by the Contracting Officer. A.1.6 DOCUMENTS AND CORRESPONDENCE: After award, all documents and related correspondence shall be routed through the Contracting Officer's Representative (COR) at the Truman Project Office. A.1.7. LEGAL COMPLIANCE: A.1.7.1 It shall be the responsibility of the Contractor to comply with all Federal, State, and local laws and regulations governing health, safety, training, operational, and licensing requirements as may be applicable and required for application of commercial pesticides (including OSHA Hazard Communication Standard 29CFR 1910.1200). A.1.7.2. The Contractors employee(s) applying chemical under this contract shall possess a Commercial Applicators License acceptable to the State of Missouri; or in lieu thereof (unless otherwise prohibited), applicator may be unlicensed, if he or she is closely supervised by an on-site supervisor who is licensed according to the above requirements. A.1.8. REQUIRED SUBMISSIONS: The Contractor shall submit the following documents to the COR at the Project Office, Proof of proper licensing and proof of insurance, to be delivered no later than the start of the contract period. A.1.9 CULTURAL RESOURCES If, during the performance of this contract, the Contractor, or his/her representative, observes or discovers unusual items that could have historical or archeological value, work shall be suspended and the COR notified immediately. A.1.10 CONTINGENCIES Contractor performance under the terms and conditions of this contract could be impacted unfavorably by climatic factors beyond his/her control, including rain, flooding, frost, drought, or other acts of nature. In no case will the Contractor be paid for work not performed as a result of these factors. A.1.10.1 Flooding In the event that all or portions of designated food plot locations are covered by flood waters or by flood debris and cannot be planted, the COR will identify a similar acreage in a nearby location. The Contractor shall plant this substitute acreage, subject to the same terms and conditions as the original location. A.1.10.2 Access Access to food plot and fire line areas shall be by public access roads and trails across Government property. It shall be the responsibility of the Contractor to secure written permission for access by any other route. At no time shall the Contractor trespass on adjacent private property without express written consent of the landowner. A.1.11Quality Control A.1.11.1 Quality Control The Contractor shall develop a Quality Control Plan designed to demonstrate how the Contractor will meet the needs of the project. The Quality Control Plan shall contain a list of chemicals and supplies to be used in performing the contract duties. The Plan shall identify the contractor furnished equipment and state how the work will be accomplished. The Plan shall document how the Contractor will identify and correct performance shortfalls. A.1.11.2 Services required by this contract shall be performed in a skillful and workmanlike manner, and follow commonly accepted commercial practices. The Contractor shall designate, in writing, a responsible member of each work crew who shall serve as the contact for matters involving quality and performance or nonperformance of the required work assigned to that crew. The employee(s) designated in accordance with the above requirement shall be qualified and fully competent and shall insure that the work described herein is performed in accordance with these specifications. The Contractor shall furnish the above written designation to the Contracting Officer's Representative at the project the first day that an individual is a responsible party. The designation shall include the name(s), address(es), and telephone number(s) of the responsible individual(s). The Contracting Officer reserves the right to disapprove any individual whom he/she considers to be incompetent to perform the work required. Such disapprovals will be given to the Contractor by written notice. A.1.11.3 The Contractor shall furnish to the Contracting Officers Representative, a telephone number attended during normal business hours (8 a.m. - 4:30 p.m.) to which calls concerning the ordering of services, performance, or other contractual matters can be placed. For the purposes of time and date, a message will be deemed to be delivered to the Contractor at such time as it is delivered to the telephone number provided by the Contractor. This number shall be furnished no later than the first day of work. A.1.11.4 As work is completed each day, the Contractor, or his/her representative at the job site shall enter the location, day, and work completed on a Government furnished Contractor's Daily Worksheet. Completed and signed worksheets shall be delivered to the COR at the Truman Project Office, along with copies of herbicide receipts and used during the week. A.1.11.5 Equipment breakdown shall not relieve the Contractor of the responsibility of performing the work as specified. It shall be the responsibility of the Contractor to assure that he/she has, or can obtain on short notice, sufficient backup equipment to continue the services, as specified, without interruption in the event of mechanical failure of his/her primary equipment. A.1.12 QUALITY ASSURANCE A.1.12.1 Quality Assurance Surveillance Plan. A Quality Assurance Surveillance Plan (QASP) will be used during the life of the contract to ensure that the Contractor is performing the services required by this PWS in an acceptable manner. The Government develops the QASP and the Project Office administers the Plan through Quality Assurance Evaluators (QAE). A.1.12.2 The government will monitor the Contractors performance under this contract using quality assurance procedures developed by the Government. Typical procedures might include periodic sampling checklist. This should not be considered an exhaustive list. A primary objective of Government Quality Assurance will be to determine the effectiveness of the Contractors quality control system. A.1.12.3 The government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The government shall perform inspections and tests in a manner that shall not unduly delay the work. The COR will randomly take samples of herbicide for testing purposes. A.1.12.4 If any of the services do not conform to contract requirements, the government may require the contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the government may (1) require the contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. A.1.12.5 In the event that an area or work within an area is missed or is not performed satisfactorily, the Contractor shall return and re-service the area or affected work immediately upon receipt of such notice by the Contracting Officer, or his/her authorized representative. Failure to correct noted deficiencies will result in withholding of payment for the work not performed. During the progress of this contract, if it becomes apparent that the Contractor is unable to perform the work in accordance with the contract specifications, he/she shall acquire additional supplies, equipment, and personnel, as may be required by the Contracting Officer, to ensure that the work is accomplished as specified in the contract. A.1.12.6 Performance by Third Party or Government Personnel: In addition to the above remedies for nonperformance, the Government reserves the right to cause the specified work to be performed by a third party or Government personnel and the cost incurred thereby will be levied against the Contractor. Any time government personnel are used because of Contractor's nonperformance; the cost levied against the Contractor will include all direct costs associated with the performance of the specified work. Such inefficiencies are determined on an hourly basis at the applicable wage rate. Government personnel will be used only when time is of the essence and the interests of the Government would not be served by securing a third party to perform the specified work. A.1.13 Coordination with the Project Office. A.1.13.1 Day to day contact with Government personnel, and telephone communication shall normally provide adequate information exchange. The Government reserves the right to schedule meetings at the Truman Project Office as necessary to insure strict compliance with the terms of this contract. Such meetings shall be scheduled, to the extent possible, at mutually convenient times. However, upon notice, the Contractor shall attend meetings regarding matters affecting this contract. A.1.14. Safety Requirements A.1.14.1 Any injury property damage, equipment malfunction, or safety hazard observed by the contractor shall immediately be report to the Contracting Officers Representative. A.1.14.2 Contractor vehicles shall be equipped with 4-way flashers and turn signals in operating condition. Flashers shall be activated when vehicles are parked on or traveling slowly, along roadways. A.1.14.3 All vehicles and equipment used by the Contractor at the job site shall be equipped with a fire extinguisher rated 5BC or greater. The extinguishers shall be maintained in good working order and be accessible to the operator at all times. A.2 Definitions and Acronyms: The following definitions and descriptions apply wherever the word, phrase, or acronym is used in this performance work statement. Contracting officer's representative: An individual designated and authorized in writing by the contracting officer to perform specific technical or administrative functions. Fully-Clothed: Deemed to mean that a sleeved shirt (or T-shirt), trousers, and shoes shall be worn at all times: except that this requirement shall not be construed to replace or eliminate the necessity for the wearing of appropriate protective clothing or devices as may be required for the application of various chemicals. PWS - Performance Work Statement Performance-Based Contract: (FAR 2.101) Structuring all aspects of an acquisition around the purpose of the work to be performed with the contract requirements set forth in clear, specific, and objective terms with measurable outcomes as opposed to either the manner by which the work is to be performed or broad and imprecise. Performance Requirements Summary (PRS): The PRS shows contract requirements, the component requirements related to each contract requirement, the price of each work requirement as a percentage of the associated contract requirement (Fixed Price Contracts), the standard of performance, and the acceptable quality level (AQL) for each work requirement. Quality Assurance Surveillance Plan (QASP): An organized written document used by Government for quality assurance surveillance. Document contains sampling/evaluation guides, checklists, and the performance requirements summary (PRS). ALP - Acceptable Level of Performance. Quality Control (QC): A method used by the Contractor to control the quality of goods and services provided. Quality Assurance (QA): A method used by the Government to provide some measure of control over the quality of purchased goods and services received. Service contract: A contract that directly engages the time and effort of a contractor whose primary purpose is to perform an identifiable task rather than to furnish an end item of supply. A service contract may cover services B.1 TREE SHEARING REQUIREMENTS B.1.1. All designated tree species in a cutting area one inch (1) and larger in diameter at stump height (four inches [4]) shall be cut or sheared as near to the ground as possible. No resulting stump shall be higher than four inches (4) above the ground at its highest point. Stumps left at a height of four inches (4) shall be kept at a minimum and will be reviewed by the Contracting Officers Representative (COR). Some trees may also require removal by chainsaw. No trees shall be uprooted. B.1.2 The surface of the resulting stump is to be as flat (parallel to the ground) and even as possible so as to not create a point. B.1.3 All cut stumps one inch (1) in diameter and larger (except eastern red cedar) shall be treated with Tordon, Pathway, Remedy, Garlon or other chemical approved for both growing and dormant season stump treatment at the appropriate mix rate for optimum control, immediately (within 20 minutes) of cutting. Treatment will cover the entire cambium layer (located just under the outer bark) of the cut stump. Treatment (and thusly cutting) is expressly prohibited when precipitation is falling or when precipitation is imminent. An approved dye or stain that leaves a durable, visible color on the treated stump shall be mixed into the chemical treatment. (Note: A Commercial Pesticide Applicators License is required for utilizing chemicals in association with this contract, see paragraph A.1.7.2). B.1.4. In areas where all woody vegetation is designated to be cut the contractor may utilize a brush hog type mower to mow appropriate sized stems. Chemical treatment of stumps less than one inch (1) in diameter is not required. Maximum stump heights in the mowed areas shall be four inches (4) or less above the ground at their highest point. B.1.5. All resulting brush and stems one inch (1) in diameter and larger resulting from the specified cutting operations shall be piled in government designated locations. The contractor may be given the latitude to pile the brush in location(s) of his choosing in certain fields (these locations shall be established by the COR). However, no brush pile is to be placed in contact with designated leave trees, in roads, trails, streams/flowages, or in any way that impedes the use of agricultural fields. This paragraph will be further discussed during the post award meeting. B.1.6. Before commencement of any work/cutting operations the contractor shall meet with the Contracting Officer or his representative to discuss the contract and its provisions. The Contractor will provide proof of insurance, his Commercial Pesticide Applicators License, proposed itinerary for completing the required contract work, contact phone number and other information requested for the proper contract administration. B.1.7. The requirements of the contract must be satisfactorily completed by Close of Business (COB) on or before 30 September 2010. C.1 Table 1 LocationQuote Unit of MeasurementPeriod of PerformanceExceptions Otter CreekLump SumFrom Date of Award through 30 Sep 2010None SparrowfootLump SumFrom Date of Award through 30 Sep 2010Eight (8) acre tract Honey Locust only Shady OaksAcreFrom Date of Award through 30 Sep 2010None Sand CreekLump SumFrom Date of Award through 30 Sep 2010None Hilty PondLump Sum31 July 2010 through 30 September 2010None Finey Boat RampAcreFrom Date of Award through 30 Sep 2010All Woody Vegetation Except Nut Trees (Oak, Hickory, Walnut and Pecan) County LineAcreFrom Date of Award through 30 Sep 2010None Table 1 Continued Tatge PondLump SumFrom Date of Award through 30 Sep 2010All Woody Vegetation Except Nut Trees (Oak, Hickory, Walnut and Pecan) Note: Three (3) acre tract Honey Locust Only High/Hoppe PondLump SumAfter 31 July 2010Honey Locust and Autumn Olive & Sumac trees only Note: 0.7 acre and 2.25 acre tract All Woody Vegetation D.1 Site Maps See Attached. D.2 Department of Labor Wage Determination See Attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-T-0047/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City, Harry S Truman Lake Project 15968 Truman Road Warsaw MO
Zip Code: 65355
 
Record
SN02046270-W 20100123/100121234709-4af0f07a28ae0b5e2808a6de94f5a9fc (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.