Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2010 FBO #3091
SOLICITATION NOTICE

H -- The objective of this scope of work is to provide unexploded ordinance (UXO) safety escorts to wildlife biologists.

Notice Date
5/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-10-T-0076
 
Response Due
5/19/2010
 
Archive Date
7/18/2010
 
Point of Contact
Wendy McNorial, 910-643-7224
 
E-Mail Address
Fort Bragg Contracting Center
(wendy.d.mcnorial@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. SCOPE OF WORK UNEXPLODED ORDANANCE (UXO) SAFETY ESCORTS IN SUPPORT OF ENDANGERED SPECIES MANAGEMENT AT FORT BRAGG, NORTH CAROLINA FEDERAL FISCAL YEAR 2010 Prepared By Fort Bragg Endangered Species Branch Dec 2009 1.0GENERAL INFORMATION 1.1Objective of Scope of Work The objective of this scope of work is to provide unexploded ordinance (UXO) safety escorts to wildlife biologists conducting endangered species management within the impact areas at Fort Bragg in support of the Fort Bragg Endangered Species Management Plan (ESMP). 1.2Background The ESMP requires wildlife biologists to conduct management activities for the following 5 endangered species: the Red-cockaded Woodpecker (RCW), the Saint Francis Satyr butterfly, Michauxs Sumac, Rough-leaved Loosestrife, and American Chaffseed. Michauxs Sumac, Rough-leaved Loosestrife and American Chaffseed are endangered plant species. Fort Bragg contains 4 impact areas where live-fire exercises are conducted. Some endangered species sites are located within the boundaries of these impact areas. UXO safety escorts are required to support bi-annual management/ monitoring entry into the impact areas. 1.3Survey Area Located in the Sandhills portion of south central North Carolina, Fort Bragg lies within the borders of four counties (Hoke, Cumberland, Harnett, and Moore) 10 miles northwest of Fayetteville. Fort Bragg consists of approximately 153,562-forested acres contained within the longleaf pine/wiregrass ecosystem. As neighboring areas have been developed and habitat fragmented, both installations have become a refuge for area plants and animals associated with habitat communities within the longleaf pine/wiregrass ecosystem. Representative communities are: Scrub Oak Sandhill, Blackjackmixed Oak, Piedmont/Coastal Plain Heath Bluff, Coastal Plain Small Stream Swamp, and Cypress Gum Swamp (Blackwater subtype), and Coastal Plain Bottomland Hardwoods, among others. Fort Bragg is managed by the Department of Army. Home to the XVII Airborne Corps, Army Special Operations Command, and the 82nd Airborne Division, numerous groups and units also use the installation to conduct maneuvers and live-firing exercises. Training activities include tactical maneuvers, live-fire exercises, construction of fortifications and obstacles, bivouacking, aircraft operations, land navigation, etc. Non-military uses of the posts include timber and pine straw harvesting, hunting, fishing, recreational, and agricultural. 2.0SCOPE OF WORK Under this Scope of Work, the contractor shall provide all labor, materials, transportation, lodging, equipment, and other items required to conduct UXO safety escorts at Fort Bragg. The UXO safety escort is responsible for the safe escort of non-UXO qualified personnel who are not directly involved in specific UXO clearance site work but have activities to perform within restricted/exclusion areas. The UXO safety escort ensures safety during the transit of persons being escorted by detecting unexploded ordnance in the immediate path of the escorted party, and redirecting the party as necessary to avoid unexploded ordnance and other hazards. The escort function involves hazard recognition and avoidance not the execution of UXO search or clearance actions. Award will be made to the contractor registered with the Central Contract Registration (CCR) who meets the skill and educational requirements outlined below, and whos past performance and price represent best overall value to the government. Acceptable past performance will be based on evidence that the contractor has satisfactorily completed the same work or similar as described on work statement. Estimates for this contract will be for the maximum quanity of work but payment will be based on services provided on a per escort per day basis. 2.1Basic Requirements A.Contractor Skill and Educational Requirements The UXO safety escorts must meet the following requirements: 1). Graduate of the Army Bomb Disposal School at Aberdeen, MD or the Naval EOD School or a Department of Defense certified UXO Training Program. 2). At least 1 year recent experience as an UXO safety escort or conducting related UXO duties. Recent experience is defined as within the past 5 years. 3). Can fluently communicate in English. B.Prioritized objectives are as follows: 1). Provide 1 UXO safety escort for each natural resources team. No more than 5 UXO safety escorts will be requested on each day. 2).Tentatively escort(s) will be provided for May of each contract year and for Nov of each contract year. Total number of potential man days of work = 60 days (5 escorts X 12 days). Escorts may be provided for other dates as requested by ESB as long as the 60 days of work is not exceeded. 3). Escort(s) should be prepared to arrive at the Endangered Species Branch by 0600 each day and to remain in the field until 1730. Typical work day will not exceed 10hrs. 4). A means of communication permitting immediate and clear voice communications between the UXO escort(s) and the natural resources teams(s), such as a cellular or digital phone for each UXO escort. C.Coordination 1). For escort(s) needed in May, the following information will be provided no less than 30 calendar days prior to date the escorts are needed: the number of escorts needed, the dates the escorts are needed and what time the escorts should arrive at the Endangered Species Branch. 2). For escort(s) needed in Nov, the following information will be provided no less than 30 calendar days prior to date the escorts are needed: the number of escorts needed, the dates the escorts are needed and what time the escorts should arrive at the Endangered Species Branch. 3). The ESB reserves the right to reschedule up to 48 hr prior to the start time. If the work needs to be cancelled or rescheduled less than 48 hrs prior to the start time, Fort Bragg will negotiate with the contractor for fair reimbursement. 4). The Contractor shall provide the job superintendent's name and telephone number to the Contracting Officer and to Janice Patten (3) three days prior to commencing work. 3.0 MATERIALS AND LABOR 3.1Government Furnished Information and Materials A.The ESB will schedule with Range Control and the contractor to gain access to restricted parts of the installation B.The ESB and Range Control personnel will brief the contractor on procedures and protocols for access to installation training areas and on known safety hazards prior to initiation of field activities. C.Contractor will be provided with emergency contact numbers for assistance needed while in the field. The ESB personnel with also have radio contract with Range Control and other biologists in the impact areas. 3.2Contractor Furnished Materials and Labor The contractor shall provide the following: A.All labor necessary to complete the project as defined in this Scope of Work. B.With the exception of the items listed in Section 3.1 above, the contractor shall provide all other survey, field and office supplies (including cell phone), and equipment. C.Company 4WD vehicle to conduct fieldwork is required for each escort provided. 4.0 DELIVERABLES AND SUBMITTAL SCHEDULE 4.1Copies of Permits A.The contractor shall provide to the ESB POC a copy of each EOD certification and experience statement for all personnel performing UXO work under this contractor at least 1 week prior to the scheduled event or in the event of a change in personnel. B.Names of field personnel and descriptions/tag numbers of vehicles involved in the survey activities must be provided to the ESB POC (3) days prior to personnel entering the field. The contractor shall not interfere with military training and shall remain outside all restricted areas. 5.0General and Special Provisions A.It is the contractors responsibility to ensure that all project personnel and/or subcontractors conduct their activities in a manner that ensures the safety of field crew members, other people and that avoids damage to vehicles, existing structures, natural resources, or any other property. B.Vehicular traffic will be restricted to existing trails, firebreaks, and roads throughout the installations and protected Red-cockaded woodpecker (RCW) sites (marked with diamond shaped white warning signs). Off road vehicular traffic is prohibited. No foot traffic is allowed in federally endangered plant sites (marked with diamond shaped yellow signs). C.The Contractor shall not employ any person who is an employee of the U.S. Government if the employment of that person would create a conflict of interest. D.Contractor's employees shall wear distinctive clothing bearing the company's name or wear a badge, which contains the companys name and the employees name, clearly displayed at all times while working on Fort Bragg. The Contractor shall be responsible for the conduct and appearance of his/hers employees while working at Fort Bragg. E.Security, Safety, and Fire Protection: While working on Fort Bragg and other Government installations, you are required to comply with all Ft Bragg Security, Fire and Safety regulations/rules. You are also required to comply with all OSHA requirements. F.Vehicle Registration: The Contractor shall fully comply with the vehicle registration requirements regarding contractor-owned and contractor employee privately owned vehicles (POVs) as set forth in Fort Bragg Regulation 190-5. This regulation can be found at http://www.bragg.army.mil/16MP/vehicle_registration_information.htm. Any questions regarding this regulation can be directed to 910-432-8193. Please be advised that Contractor vehicles and contractor employee POVs will be searched if the appropriate passes/decals are not displayed when entering Fort Bragg Access Control Points (ACPs). All vehicles, including those with passes/decals, are subject to random search at any time. G.Contractor shall comply with US Army Corps of Engineers pamphlet, EP 1110-1-18, Engineering and Design - Ordnance and Explosives Response. The pamphlet can be found at http://www.usace.army.mil/inet/usace-docs/eng-pamphlets/ep1110-1-18/toc.htm 6.0 Contractor Manpower Reporting The Secretary of the Army effected an initiative to obtain better visibility of contractor services workforce. In support of the initiative, the Office of the Assistant Secretary of the Army, Manpower and Reserve Affairs, implemented a process to capture information on funding source, contracting vehicle, organization supported, mission and function performed, and labor hours and costs for contracted efforts. 6.1 To support the initiative, all contractors holding service contracts are required to report certain information. Contractors will report information via a Contracting Manpower Report (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 contractor manpower (including sub-contractor manpower) required for performance of this contract. The required information includes the following data elements: a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours (including sub-contractors); f. Estimated direct labor dollars paid this reporting period (including sub-contractors); g. Total payments (including sub-contractors); h. Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); k. 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 nomenclature provided on website); l. Presence of deployment or contingency contract language; and m. Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. 6.2 The Reporting Period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year. Contractors must report the information by 31 October of each calendar year. Contractors will report the required information to the CMR System. Data may be entered into the CMR system at any time during the contracts period of performance; however, data must be accurate and complete and entered into CMR during the data gathering period of 1 October through 30 September for every year, or part of a year, for which the contract is in force. The CMR System web address is as follows: https://contractormanpower.army.pentagon.mil. Contractors may direct questions to the help desk at 703-377-6199. 6.3 Contractors may use a direct Extensible Markup Language (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 systems to the secure web site without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the web site. 6.4 Contracting Officers Representative. The Contracting Officers Representative shall ensure that contractors report the required information, as set forth in the COR appointment letter and surveillance plan. 7.0 Fort Bragg Point of Contact The ESB designated POC for this Scope of Work will be announced upon award. 8.0 PERIOD OF SERVICE The period of service for the initial work will begin with the issuance of the Notice to Proceed by the COR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/953ac3a3d0f4e6374c16ea3f82cb200f)
 
Place of Performance
Address: Fort Bragg Contracting Center Mission Installation Contracting Command, Bldg. 2-1105 Macomb St, Stack C Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02144590-W 20100512/100510234332-953ac3a3d0f4e6374c16ea3f82cb200f (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.