Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOLICITATION NOTICE

R -- Re-establish Historical View/VistasTree Removal Services

Notice Date
8/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - HAVO Hawaii Volcanoes NP PO Box 52/One Crater Rim Drive Hawaii National Park HI 96718
 
ZIP Code
96718
 
Solicitation Number
N8307100126
 
Response Due
9/10/2010
 
Archive Date
8/10/2011
 
Point of Contact
Traudel L. Haney Contracting Officer 8089856007 Traudel_Haney@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
HUBZone
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 13, using Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFP Number is N8307100126. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-35. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This notice meets the requirements of FAR 5.101. A copy of this RFP to include the Scope of Work will be made available for viewing and/or downloading on the Federal Business Opportunities (FedBizOpps) website as of the date this notice. DESCRIPTION OF REQUIREMENT: The Contractor shall furnish all equipment and sufficient personnel for selected maintenance (i.e.: tree removal,) and all related incidental work as in accordance with the quote schedule and specifications stated in the Request for Proposal (Solicitation). All work shall be under the direction and general supervision of an Arborist(s) certified by the International Society of Arboriculture (ISA), or equivalent state certification, who posses verifiable experience and technical competence in tree physiology, identification, diagnosis of disorders, and current tree care and safety practices in accordance with accepted industry standards. LOCATION: There are 4 locations throughout Hawai'i Volcanoes National Park that need vegetation to be removed in order to restore historic views and vistas. These locations include: Kookolau Crater Overlook, Hilina Pali Lookout, Mauna Loa Interpretive Shelter and Volcano House Hotel Crater View. The vegetation in the area includes native and introduced trees and shrubs. Ohia, Koa and Faya trees are the predominant trees found in these 4 areas. The native trees are considered culturally significant however they are blocking historic views and vistas. Removal of trees blocking historic views and vistas will restore the historical character of the Park and allow visitors to enjoy views and vistas that were blocked over time. Mauna Loa Shelter and Hilina Pali Lookout removed trees will need to be mulched while trees/shrub from Volcano House Overlook and Kokoolau Crater can be felled and left near stump (get direction from COR). Repelling may be required by the Contractor to access trees located at Volcano House Hotel and Kokoolau Locations. Repelling training certificates must be submitted to Contracting Officer for verification. 1.2 SCOPE: The scope of this project is to remove trees and shrubs from each site, mulch and stock pile at Mauna Loa Quarry (near Bird Park, which is about 2 miles away from the Visitors Center). The tree removal will be located at visitor use areas ranging from mile to 16 miles away from the Visitors Center. All labor and equipment necessary to achieve this project shall be provided by the Contractor. The trees that are scheduled to be removed and mulched shall be stored at a location determined by the COR. The Contractor shall verify the location of the trees with the COR prior to tree removal. At the completion of the project, the Contractor shall provide a completion report documenting what type and location of trees/shrubs that were removed (including quantity). SEE SECTION 3.5 for more details on DELIVERABLES. Also, the Contractor shall be aware that two endangered species may be present on site, Nene and the hoary bat and native birds. 1.3 Authority: All work performed on this project shall conform to: 1) Federal Acquisition Regulations (FAR), Title 48, CFR, Chapter 12 2) Professional Arborist Standards 3) All work shall be conducted under the direction of a Certified Arborist. 1.4 Field Verification: A site visit by the Contractor is recommended prior to submitting a bid. A site visit can be arranged by contacting NPS Landscape Architect/Contracting Officer Representative (COR) Laila Jayyousi at (808) 985-6139. Failure of the Contractor to inspect the site will not constitute grounds for a claim after the award of the contract or a contract modification. 1.5 Public Access: During the course of this contract the NPS shall work with the Contractor to close off each area as deemed necessary to protect the safety of the employees and visitors that may use the area. 1.6 Weather Conditions: There shall be no work on this project during rainy weather or high wind conditions or if Park closed due to high Sulpher Dixoide. 1.7 Delivery and Working Hours: The delivery period for this contract shall be 15 working days. Work shall be conducted from 7am - 4:30pm. 1.8 Commencement: Work shall commence on an agreed date by the COR and Contractor after the Notice to Proceed. 1.9 Pollution, erosion and sediment control: The scope of this project should not lead to these issues. 1.10 Staging Area: The Contractor shall maintain a minimal staging area during the work. The staging location shall be determined by the COR. 1.11 Safety: The Contractor shall be responsible for all employee safety on the work site. The Contractor shall provide and insure the use of all required personal protective equipment such as needed to perform the job safely. Contractor shall submit all training certificates as it relates to repelling. 1.12 Accidents: The Contractor shall report any accidents or injuries that occur on the work site to the NPS dispatcher at (808) 985-6001 and the COR. 1.13 If Nene are in the immediate work area please notify the COR as soon as possible. Always maintain a 60 foot distance from the Nene, and please inform crew of this requirement. 1.14 Contractor shall inspect all trees for bat or bird nests prior to felling. If a nest is found, the Contractor shall stop work immediately and notify the COR. The Contractor shall continue work on the remaining trees. If it is determined that there was no nest, the Contractor shall remove the tree. 1.15 Pre-Work Meeting: Prior to the commencement of work, a pre-construction meeting shall be held with the Contractor, COR and members of the HAVO staff. The time and place of this meeting shall be determined after award of the contract. Part II: Equipment 2.1 Equipment needs shall be determined by the Contractor with approval by the COR. Repelling may be required by the Contractor to access trees located at Volcano House Hotel and Kokoolau Overlook Locations. Part III: Execution 3.1 Felling of Trees: Tress are to be felled in such a manner as to prevent damage to nearby trees and prevent damage to buildings and other structures or features. Any damage to the buildings or features shall be replaced in kind at the expense of the Contractor. 3.2 Cutting of Felled Trees: All trees that are cut at Hilina Pali Overlook and Mauna Loa Shelter shall be mulched and stockpiled at a designated site selected by the COR, the COR shall inspect all the sites after the trees are pruned to make sure the site is returned to its original condition. 3.3 Trees to be Removed and/or Mulched: 1. Fell approximately 5 dozen trees (60 trees/shrubs) varying in diameter, many under 6 inches in diameter from Kokoolau Overlook and Volcano House Hotel Overlook locations. 2. Fell, Mulch and Transport approximately 35 dozen (420 trees/shrubs), many under 6" in diameter from Mauna Loa Shelter and Hilina Pali Shelter locations. 3.4 Completion of Work: Upon completion of this contract, the Contractor shall remove all equipment, tools, etc., and shall leave the premises clean, neat, orderly, and otherwise in good condition. A site inspection will be conducted by the COR, and will need to be approved by the COR prior to Contractor leaving the site. 3.5 Deliverables: Completion of Work Report: At the completion of the project, the Contractor shall provide a Project Completion Report that describes what was done per site. What type of trees were removed, how many, approximate diameter of trees removed and other relevant information related to what was completed for the contract. 1. PROJECT COMPLETION REPORT documenting what was done at each location (see 3.5 for more details). The project completion report shall be submitted in an electronic format on Microsoft Word (version 2003 or above) or Excel (on a cd) as well as 3 (bound) hard copies with in 2 weeks after completion of tree removal; -END- OPTION(s) A. Option : Cost per felling of one tree or shrub (greater than 6" diameter)._____________________ B. Option: Fell, Mulch and Transport of Mulch Material of one tree or shrub (greater than 6" diameter)_____________________ C. Option: Cost per felling of one tree or shrub (less than 6" diameter)._____________________ D. Option: Fell, Mulch and Transport of Mulch Material of one tree or shrub (less than 6" diameter) _____________________ Solicitation and period of performance dates: This is a combined synopsis solicitation available at http://ideasec.nbc.gov on or about August 10, 2010. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. Individual requests for solicitation packages will NOT be accepted. The Solicitation Number for the Request for Proposal (RFP) is N8307100126. Responses to the Request for Proposal will be due no later than 2:00 PM on September 10, 2009. The estimated date for the award will be the week of September 13, 2010. CONTRACT STRUCTURE: This procurement is set aside for a Hub Zone small business concerns, in accordance with Subpart 19.5 of the Federal Acquisition Regulation. The North American Industry Classification System (NAICS) code is 561730 and the small business size standard is 7 million dollars. The award will be made on a Firm-Fixed Price, Commercial Item type contract. The National Park Service encourages the participation of disadvantaged, service disabled veteran owned, and women-owned business enterprises. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration;52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including (b) (8)(i), (21), (22), (23), (24), (25), (34), and (41). Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference (52.252-2, Clauses Incorporated By Reference) in the order. 52.222-41 Service Contract Act of 1965.Service Contract Act Wage Rates apply and can be located under WD 05-2153 (Rev.10) posted on www.wdol.gov52.219-3 Notice of Total HUBZone Set-Aside This announcement will close at 2:00 PM on 10 September 2010. Contact Traudel L. Haney who can be reached at 808-985-6007; email Traudel_haney@nps.gov; or facsimile at 808-985-6107. All responsible sources may submit a quote which shall be considered by the agency. Oral communications are not acceptable in response to this notice. Proposals over 10 pages in total will not be accepted by facsimile. It is strongly recommended that Proposals be sent via email to Traudel_haney@nps.gov Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. INSTRUCTIONS FOR SUBMITTING PROPOSALS - ONE - Proposals shall contain a Firm Fixed Price for the services described in the Scope of work. TWO - Past performance - Offeror shall provide referenceces for a minimum of two (2) projects completed iwthin the past three (3) years as examples of successfully completed services similar in scope and complexity to the reqirements detailed in this RFP. For each reference include the named of company, current contact name, phone number, description of services provided and dollar valuse of services rendered. BASIS OF AWARD: The "best value concept" will be used for selecting the contractor. The goal of this method ofevaluating past performance and rpice is to select the proposal that offers the best value to the Government. Best value, as defined under FAR 2.101, means the expected outcome of an acquisition that, in the government's estmation, provides the greatest overall benefit in response to the requirment. A Firm Fixed Price Contract is anticipated to be awarded to the responsible quoter whose proposal conforms to the RFP and is most advantageous to the government, past performance and price considered. The "best value concept" will be used for selecting the contractor. Evaluation Factors for award. The Government reserves the right to cancel this solicitation. This announcement does not constitute the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N8307100126/listing.html)
 
Place of Performance
Address: HAVO - Hawaii Volcanoes National ParkHawaii National Park, Island of Hawaii
Zip Code: 967180052
 
Record
SN02234679-W 20100812/100810235122-2685966a9acbed55cd2ff6f8d7e2764f (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.