Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2010 FBO #3109
SOLICITATION NOTICE

S -- DEBRIS REMOVAL AND DISPOSAL IN ATTALA AND MONROE COUNTIES, MISSISSIPPI

Notice Date
5/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-10-T-0040
 
Response Due
6/2/2010
 
Archive Date
8/1/2010
 
Point of Contact
Jack Little, 601-631-7264
 
E-Mail Address
USACE District, Vicksburg
(jack.a.little@usace.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. 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. Solicitation No. W912EE-10-T-0040 is being issued as a Request For Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-40. This procurement is 100% set-aside for Small Business firms located in the counties in Mississippi included in the emergency declaration under the Stafford Act, Declaration number FEMA-1906DR-MS. Those counties are Yazoo, Holmes, Attala, Choctaw, Monroe, and Warren. Quotes will NOT be accepted from firms in other counties or states. The NAICS Code for this procurement is 562111 (SIC 4953) with a size standard of $12.5M. The U.S. Army Corps of Engineers (USACE), Vicksburg District has a requirement for the removal and disposal of vegetative and C&D debris following the 2010 tornado event. This Solicitation is being issued for Attala and Monroe Counties, MS and only applies to rights of way on County Roads; no incorporated towns or cities are included. Debris from storm damaged homes/properties that have been moved to the rights of way of State roads is considered eligible and is included in this Solicitation. This procurement may be quoted as follows: Line Item 000l Supplies/Services: Debris removal and Disposal from public Rights of Way in the MS Counties of Attala and Monroe, Estimated Quantity: 16,000, Unit: Net Ton (2000lbs), Unit Price: $________, Total Price Line Item 0001:$________. Debris quantities are maximum estimates and are not guaranteed. Total price is a Not to Exceed (NTE) amount and may not be exceeded without a modification to the purchase order. Contractor will be paid for actual amounts of debris hauled as shown on weight tickets produced at the scales at or near disposal sites. These scales are to be provided by the offeror, and may be leased temporary type scales, or nearby existing scales, the use of which the offeror has leased or rented. The price of the scales shall be included in the unit price offered. PLEASE SEE THE COMPLETE STATEMENT OF WORK PROVIDED AS AN ATTACHED FILE. SUBMITTALS: The Contractor shall submit the following information with the quote package to verify the Contractors plans for delivery meet the requirements of this solicitation: Operations Plan: To include equipment, labor, and materials anticipated for use under this contract with the appropriate markings to designate the equipment and identify trucks and tare weights, mobilization schedule, location of scales, and procedures to perform removal operations. Failure to provide the required submittal may be cause for your quote to be rejected as technically not qualified. Prospective contractors must include with their quote all information required by the Evaluation and Selection Procedures below, the Disaster or Emergency Area Representation required by FAR 52.226-3 (clause set out in full text below), and a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. Debris Removal and Disposal: GENERAL 1.The purpose of this synopsis (and the Statement of Work file attached) is to define the requirements for removal and disposal of storm related vegetative and C&D debris (to include hanging limbs greater than 2 diameter, uprooted stumps, and leaning trees) following the 2010 tornado event. Tipping fees (if any), fees for use/lease of scales, and all other costs for disposal of storm related debris (including reduction where required and disposal of ash following burning of vegetative debris) are the responsibility of the Contractor and should be considered in the suppliers quotation. Award will be a firm-fixed-price, commercial purchase order for the County roads (incorporated cities or towns not included) within the boundaries of Attala and Monroe Counties in the State of Mississippi. Also included are debris which may have been pushed to the rights of way of State roads within the Counties. The Government intends to make a single award for all work required by this Solicitation, but reserves the right to make multiple award if in the Governments best interest. SERVICES: 1. The Contractor shall: provide all equipment, operators, and laborers for debris removal and disposal of all eligible debris from the public Right of Way (ROW). The debris shall be taken to an approved dumpsite(s) (see the Statement of Work file attached to this Solicitation for maps of the dumpsites). The amount of debris to be removed under this contract indicated in Line Item 0001 description above are only an estimate and are not guaranteed. Contractor will be paid only for the amount of debris actually removed and disposed of at the unit price offered. 2. HAUL AND DISPOSE: 1. The work shall consist of clearing, segregating and removing any and all eligible debris (see definitions of eligible debris in the Statement of Work file attached to this Solicitation) from public property only, including ROW of streets and roads. Work shall include examining and segregating debris to determine eligibility and whether debris is C&D or vegetative; loading debris; hauling debris to an approved dumpsite(s); and reducing the debris by either burning or grinding (whichever is specified in the attachments). Ineligible debris shall not be loaded, hauled, or dumped under this contract. The Contracting Officers Representative (COR) shall be immediately notified of any ineligible debris placed at the right of way for collection. The Contractor is liable for all ineligible debris handled during work under this contract, and will not be paid for such handling. The Contractor shall make a maximum of two passes through the Counties, and shall wait for at least a weekend (Saturday and Sunday) between each pass. The Contractor shall not move from one designated work area to another designated work area without prior approval from the COR. Any eligible debris, such as fallen trees, which extend onto the ROW from private property, shall be cut at the point where it enters the ROW. Only that part of the debris that lies within the ROW shall be removed. Hazardous limbs are considered eligible debris and are defined as limbs greater than two inches in diameter which are still hanging in the tree and are threatening a public use area, such as a trail, sidewalk, road, etc. Trees in the public ROW with more than 50% of the crown broken are eligible debris and shall be removed. Holes present as a result of uprooted trees in the public ROW shall be filled to ground level with available soil around the hole. The Contractor shall not enter onto private property during the performance of this contract. The contractor shall use equipment and perform work in a manner to prevent damage to public infrastructure, facilities, residential areas and adjacent ROWs, including all landscaped areas. The Contractor shall repair any damage caused by his equipment in a timely manner at no additional cost to the Government. All equipment shall be approved by the COR prior to use. All loading equipment is required to operate from the street/road using buckets and/or boom and grapple devices to remove and load the debris. Any damage to private property, sidewalks, curbs, or streets shall be repaired at the expense of the Contractor. The Government reserves the right to inspect all sites, verify quantities and review operations at any time. All work shall be accomplished in a safe manner in accordance with Corps of Engineers Safety and Health Requirements Manual EM 385-1-1 and OSHA standards. All work described in the purchase order shall be completed not later than 30 days after the initial notice to proceed to the Contractor. The Contractor shall conduct the work so as not to interfere with other disaster response and recovery activities of federal, state, and local governments or agencies, or of any public utilities. DUMPSITES 1. The Contractor shall use only the designated dumpsite in each county. Locations of those dumpsites may be found in the attached Statement of Work. Instructions regarding reduction/disposal of all material is also included in the Statement of Work and MDEQ requirements for operation of the dumpsite are attached to the Statement of Work. The Contractor shall be responsible for the management of the disposal of all materials at the dumpsites, management of contractor equipment and labor at the dumpsites, and management of storm water run off in accordance with all applicable federal, state, or local laws or regulations and MDEQ requirements related to the Contractors activities at the dumpsites. Temporary or existing scales will be provided by the Contractor at or within close proximity to the dumpsite for weighing trucks prior to dumping their load as approved by the COR. PERFORMANCE SCHEDULE 1. The Contractor shall commence mobilization immediately upon issuance of purchase order and notice to proceed. THE CONTRACTOR SHALL COMMENCE DEBRIS REMOVAL OPERATIONS WITHIN 24 HOURS OF ISSUANCE OF THE NOTICE TO PROCEED IN ALL COUNTIES SPECIFIED IN THE CONTRACT AND PROVIDE A SUFFICIENT NUMBER OF CREWS AND EQUIPMENT SO THAT HE IS ACHIEVING AT LEAST 25% OF HIS AGREED UPON DAILY AVERAGE PRODUCTION RATE WITHIN 48 HOURS, 50% OF THAT RATE WITHIN 72 HOURS, AND 100% OF THE RATE WITHIN 96 HOURS (SEE PARAGRAPH 12.1 OF THE ATTACHED STATEMENT OF WORK FOR DESCRIPTION OF THE AGREED UPON DAILY AVERAGE PRODUCTION RATE). A recommended minimum removal crew is composed as follows: 5 dump trucks 16-20 cy capacity and drivers, 1 front end loader and operator, 1 foreman / Quality Control, 3 laborers / flagmen. The Contractor shall conduct operations to complete removal as quickly as possible. 2. The Contractor shall work 7 days per week during day light hours only (except for burning sites, which must be manned any time debris is being burned). EQUIPMENT 1. All trucks and equipment must be in compliance with all applicable federal, state, and local rules and regulations. Frameless dump trailers are generally not acceptable, however the COR may approve the use of frameless trailers at his discretion. 2. Truck loading shall comply with state, local, and Department of Transportation rules and regulations including weight limitations and the covering of truckloads. 3. Prior to commencing debris removal operations, the Contractor shall present to the Governments representative all trucks and/or trailers that will be used for hauling for the purpose of determining hauling capacity. Tare weight will be recorded and marked on a sign on each truck or trailer. Each truck or trailer will also be numbered for identification. The signs shall contain the following information: Company Name, Truck Number, Tare Weight, Inspected by, and Date. REPORTING 1. The Contractor shall submit a Daily Operational Report to the COR by 8:00 a.m. (0800) each day for the previous days work during the term of the contract. Each report shall contain, at a minimum, the following information: Contractors Name, Contract Number, number of removal crews, daily and cumulative tons removed, location of removal, and percent of the total work identified in the purchase order completed. OTHER CONSIDERATIONS 1. The Contractor shall assign and provide an Operations Manager (OM) to serve as the principal liaison with the Corps of Engineers Contracting Officers Representative (COR). The assigned OM must be knowledgeable of all facets of the Contractors operations and have authority in writing to act on behalf of the Contractor. The OM shall be on call 24 hours per day, seven days per week. 2. The Contractor shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the Contractors personnel and equipment is the responsibility of the Contractor. Additionally, the Contractor shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. 3. The Contractor must perform the work in accordance with applicable federal, state, or local statutory or regulatory requirements, and obtain any required licenses. The Contractor shall determine what permits are necessary and obtain those permits required to complete the work at his cost (MDEQ permits have been obtained by the Corps and are attached to the Statement of Work. Copies of all permits shall be submitted to the COR within 24 hours of issuance of the purchase order. Trucks shall travel on designated truck routes. 4. The Contractor shall be responsible for correcting, at his or her sole expense, any violations of federal, state, or local laws or regulations resulting from the actions of the Contractor or his subcontractors, including, but not limited to, violations related to environmental, safety, or occupational health requirements. 5. The Contractor shall be responsible for control of pedestrian and vehicular traffic in the work area. SAFETY PROVISIONS 1. The Contractor shall perform all work in accordance with the 15 Sep 08 edition of EM 385-1-1. 2. An Accident Prevention Plan that fully complies with USACE EM 385-1-1 must be submitted within 24 hours of issuance of the purchase order. No work may be started before acceptance of the plan. PAYMENT 1. Cost for labor (to include lodging, per-diem, and travel costs if provided), equipment, taxes, fees, and all material disposal will be included in the unit price quoted. The measurement will be based on daily scale tickets to the nearest 10th of a ton, and will be verified by the COR in the Daily Operational Report which will be the basis for payment. 2. Payment will be made for the number of tons hauled as determined by weight at the disposal site at the unit price specified for the Line Item up to the Not to Exceed (NTE) amount of the purchase order. 3. Separate payment will not be made for providing and maintaining an effective Quality Control Program, and all costs associated therewith shall be included in the applicable unit price contained in the quote. SITE INSPECTION 1. Area maps depicting the path of the tornado and therefore the approximate locations of the debris; and the locations of the dumpsites in each County are attached as a separate file. Each prospective contractor shall inspect the debris sites prior to providing a quote to become familiar with the conditions and requirements associated with the removal and cleanup of each site. Unfamiliarity with each site, access restrictions, or disposal requirements, will not be cause for a change to the contract price or schedule. MEETINGS 1. After a purchase order has been issued, the Contractor shall attend a pre-work conference with the COR at the U.S. Army Corps of Engineers office in Greenwood, MS. The purpose of this meeting is to discuss work hours, schedule, safety, scope of work, and to review other contract requirements. QUALITY CONTROL 1. The Contractor is responsible for quality control and shall establish and maintain an effective quality control system. The Quality Control system shall consist of written plans and procedures and the necessary organization to meet the contract requirements. The system shall cover all removal operations. 2. Within 24 hours of the issuance of the purchase order, the Contractor shall submit a Quality Control Plan that establishes and maintains an effective quality control system and identifies an operations manager to serve as principal liaison with the Corps of Engineers Contracting Officer or the designated representative. SUBMITTALS. 1. The Contractor shall submit the following information with the quote package to verify the Contractors plans for delivery meet the requirements of this solicitation: Operations Plan: To include equipment, labor, and materials anticipated for use under this contract with the appropriate markings to designate the equipment and identify trucks and tare weights, mobilization schedule, and procedures to perform removal operations. Failure to provide the required submittal may be cause for your quote to be rejected as not technically capable. EVALUATION AND SELECTION PROCEDURES. FAR Clause 52.212-1 Instructions to Offerors--Commercial Items (JUN 2008) applies to this acquisition. All quotes submitted will be evaluated for technical capability. The government will issue purchase orders to the supplier whose quote is the lowest priced of those determined to meet at least the minimum requirements for capability to perform. Capability to Perform is defined as meeting the minimum requirements listed in Operations, Company Experience, and Past Performance listed below. The Government intends to award a single firm-fixed-price purchase order as a result of this Solicitation, and intends to award without discussions. The Government reserves the right to hold discussions or to make multiple awards if it deems them necessary. Significant factors that will affect contract award are listed below: a. Operations - The Contractor shall provide sufficient documentation of experienced management (especially the qualifications of the Operations Manager), sufficient number of personnel and equipment to demonstrate that they have the capability to perform the required work in the time required. If the contractor plans on using sub-contractors, the names of such subcontractors must be submitted along with the number of crews and equipment being supplied by the subcontractor(s). Upon request of the Contracting Officer, offerors shall submit signed agreements (pricing omitted) from proposed subcontractors indicating the approximate number of crews and equipment to be supplied by the subcontractor. This information will be used to insure the 50% rule contained in FAR 52.226-5 regarding the use of local sub-contractors is being followed as well as for determining the availability of sufficient crews and equipment to be determined technically capable. b. Company Experience - In order to be determined to be technically acceptable, the offeror must demonstrate that it possesses a minimum of 3 years experience on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills. c. Past Performance - In order to be determined to be acceptable, the offeror must demonstrate that its firm has had acceptable performance on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills. The lack of past performance information will not be evaluated favorably or unfavorably for this factor provided the prospective contractor certifies that additional past performance information is not available and provides an acceptable explanation as to why additional past performance is not available. Prospective contractors must include with their quote all information required by the Evaluation and Selection Procedures above, the Disaster or Emergency Area Representation required by FAR 52.226-3 (clause set out in full text below), and a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil or http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items and the following clauses cited within that clause: FAR 52.219-6 Notice of Total Small Business Set-aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52-219-14 Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.226-4 Notice of Disaster or Emergency Area Set-Aside; FAR 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. The following Clauses are also applicable to this acquisition: FAR 52.215-5 Facsimile Proposals; DFARS 252.204-7004 Alternate A Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7002 Requests for Equitable Adjustment. Department of Labor Wage Determination numbers Mississippi 2005-2295(Rev 10) for Monroe County and 2005-2297 (Rev 8) for Attala County are applicable to this acquisition. Copies may be obtained at www.wdol.gov or by contacting the Contracting Officer listed below. The following clause is provided in full text and is applicable to this acquisition: Note: Prospective contractors must check the appropriate block in the clause 52.226-3(b) Representations. 52.226-3 DISASTER OR EMERGENCY AREA REPRESENTATION (NOV 2007) DISASTER OR EMERGENCY AREA REPRESENTATION (NOV 2007) (a) Set-aside area. The area covered in this contract is: The Mississippi Counties of Attala, Choctaw, Holmes, Monroe, Warren, and Yazoo. (b) Representations. The offeror represents that it __ does __ does not reside or primarily do business in the designated set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offerors gross revenues and employed at least half of the offerors permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include (1) Physical location(s) of the offerors permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offerors gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. (End of provision) If you are not registered in the CCR, an award may be made to your company; however, you will be required to register as soon as possible following award, and you must be registered to receive payment. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due Wednesday, June 2, 2010, not later than 4 pm at the US ARMY CORPS OF ENGINEERS, Vicksburg District Contracting Office, 4155 East Clay Street, Vicksburg, MS., 39183-3435, ATTN: Jack Little, Contracting Officer. Quotes may be submitted electronically by email or fax at the address/fax number listed below, providing all required information is included. Failure to submit sufficient information for the Government to evaluate an offerors technical capability may cause that offer to be determined not capable to perform. REQESTS FOR INFORMATION AND QUESTIONS REGARDING THIS SOLICITATION MUST BE IN WRITING AND MAY BE EMAILED TO jack.a.little@usace.army.mil., OR FAXED TO 601-631-7261. PLEASE SEE THE COMPLETE STATEMENT OF WORK PROVIDED AS AN ATTACHED FILE. All technical inquiries and questions relating to W912EE-10-T-0040 are to be submitted via Bidder Inquiry in Projnet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into the system. To self-register go to web page, click BID tab, select Bidder Inquiry, select agency USACE, click login. Fill in all required informationand click create user. Verify that information on next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. Solicitation Number W912EE-10-T-0040 BIDDER INQUIRY KEY IS 1Q5YGZ-OLN7US Bidders are required to submit questions no later than one day prior to the closing/response dae4 of the solicitation in order to ensure adequate time for a response. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. For help with the ProjNet System; the call center operates weekdays from 8AM to 5PM Central Time. The telephone number for the Call Center is 800-428-HELP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-10-T-0040/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02163227-W 20100530/100528235231-8ee7f2ebeb82d930f7a4154161c723a7 (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.