Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOLICITATION NOTICE

S -- VAULT TOILET, FISH CLEANING STATION & SEPTIC TANK PUMPINGS FOR USACE, GAVINS POINT PROJECT. POC GARY LEDBETTER, 402-667-2540, gary.m.ledbetter@usace.army.mil

Notice Date
12/22/2011
 
Notice Type
Presolicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-12-Q-G005
 
Response Due
1/20/2012
 
Archive Date
3/20/2012
 
Point of Contact
MONICA DWYER, 402-667-7873
 
E-Mail Address
USACE District, Omaha
(monica.e.dwyer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Work to be performed for the US Army Corps of Engineers, located near Yankton, SD. Contract is for base period of Apr 1-Sep 30, 2012 and 1 option period of Apr 1-Sep 30, 2013. PERFORMANCE WORK STATEMENT,GAVINS POINT PROJECT,VAULT TOILET, FISH CLEANING STATION AND SEPTIC TANK PUMPING 2012 - 2013 1. GENERAL. 1.1. SCOPE OF WORK. The work performed under this contract consists of furnishing all labor and equipment to pump vault toilets, fish cleaning station holding tanks, and septic tanks in U. S. Army Corps of Engineers recreation areas at the Gavins Point Project. The government will provide a sewage lagoon on site for waste disposal. This is a two year contract that runs from April 1, 2012 to September 30, 2013. 1.2. LOCATION OF WORK. The location of the services covered by this contract is the recreation areas downstream of Gavins Point Dam. Recreation areas include: Cottonwood Day Use, Cottonwood Campground, Training Dike, Gavins Point Group Camp, and Nebraska Tailwaters Day Use and Campground. The dam is located approximately four miles west of Yankton, South Dakota on South Dakota Highway 52. Recreation areas are located both North and South of the Missouri River. 2. MEETING WITH CONTRACTING OFFICER REPRESENTATIVE (COR). 2.1. 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 also provide certificates of insurance, a quality control plan, and a safety plan. 2.2. The Contractor shall take an on-site tour of work areas with the COR prior to commencement of work. 3. PUMPING MINIMUM EQUIPMENT REQUIREMENT SPECIFICATIONS. The minimum equipment requirement specifications for this contract are that the pumping truck must have a capacity of at least 1250 gallons and a 230 cubic foot per minute at 15 inch vacuum and a minimum of 18 horse power. The Contractor's equipment shall comply with applicable state laws. Mechanical failure or other similar reasons will not excuse failure to adhere to any pumping schedule. 4. COMPLIANCE WITH LAWS AND REGULATIONS. The Contractor shall comply with all laws, ordinances, statutes, and regulations pertaining to the pumping, transportation, and disposal of sewage and waste. 5. QUANTITY. 5.1. Pumping quantities are estimated, and are for bidding purposes only. It is highly recommended that all bidders make an on-site visit to the project to inspect the facilities and area prior to submittal of a bid. Annual visitation in recent years has exceeded 1.5 million visits. A majority of these visitors use the area and facilities to be serviced during the months of May through September. 5.2. During the contract period, it may be necessary to close the recreation area due to maintenance repairs, change in public visitation or other circumstances. In the event this action occurs, the Contractor will be notified in advance with the understanding that the Contractor will resume contracted services when deemed suitable by the COR. The Government reserves the right to discontinue or reduce service under any items upon ten days written notice to the Contractor. In such case, reduced or no further payment will be made. 6. UNSATISFACTORY PERFORMANCE. 6.1. The Contractor shall be notified by the COR of deficiencies in service. 6.2. Written notification shall be given by the COR. This document will be used to perform random inspections during the contract period. The original will become a part of the Contractor's permanent file at the Project Office, and a copy will be issued to the Contractor. 6.3. Upon receipt of notification of deficiency in service, the Contractor will immediately correct the deficiency and/or take steps to prevent recurrence of the deficiency. 6.4. Work not satisfactorily performed by the Contractor as specified in the terms of this contract may result in the Contractor re-pumping the holding tank at the Contractor's expense. 7. WORK SCHEDULE. All pumping in areas must be performed between the hours of 8:00 a.m. and 6:00 p.m. Monday through Thursday unless otherwise specified by the COR. Caution must be taken when pumping around visitors. 8. CONTRACTOR PERSONNEL. All Contractor personnel shall be fully clothed at all times while performing the services of this contract. Fully Clothed is deemed to mean that a shirt (or T-shirt), trousers, and shoes shall be worn at all times. All safety equipment that is needed to safely perform this pumping contract must be properly worn. Tact, diplomacy and courtesy shall be used at all times during contact with the public and Corps personnel. Never, under any circumstances, shall the Contractor be unpleasant or use harsh, foul, or improper language. Failure to provide this type of high quality service to all visitors will constitute contract non-compliance and may result in termination. 9. DAMAGES. The Contractor will notify the COR 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. All work shall be performed in accordance with safety requirements set forth in Corps of Engineers Manual, EM 385-1-1, entitled Safety and Health Requirements Manual. Copies of this manual are available at the Project Office. All equipment, materials, or operations not in conformity with the safety manual shall not be allowed on Government property. 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 of the contract to the successful contractor shall be based on Best Value rather than low bid. Bids will be based on the following factors: a. Equipment. Please provide a written narrative of your abilities. This shall include a list of pumping vehicles and their capacity. b. Past Performance. Please provide two recommendations with telephone numbers. c. Price. The bid price shall be inclusive of all costs that might be incurred by the contractors during the contract such as, but not limited to, fuel, labor, mileage, equipment, equipment rental fees, licenses, insurance, etc. 14. PAYMENTS AND INVOICING. 14.1. 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 pumpings may vary depending on use. Payment will be made for the actual number of pumpings ordered and satisfactorily completed. 14.2 Invoices shall be submitted on a monthly basis. Each months invoice will have the total number of pumps and at which facility as well as the number of hours worked. Payment will be made monthly for the work actually performed during the previous month at the applicable contract unit price upon receipt of a complete invoice. Each invoice shall be mailed or hand delivered to the COR by the 25th of each month. It shall contain the following information: Contractor's name and address exactly as it appears in Block 17a of SF Form 1449; contract number; total number of pumps and at which facility, number of hours worked, unit prices and extended totals. Payment is generally received 4-6 weeks after submittal of a complete invoice. ELECTRONIC DIRECT DEPOSIT of funds into the contractor's bank account is required under the terms of this contract. GAVINS POINT PROJECT VAULT TOILET, FISH CLEANING STATION AND SEPTIC TANK PUMPING CONTRACT BID SHEET 1.Pumping Services Base Period: April 1, 2012 to September 30, 2012 EACH TOTAL A.Fish Cleaning StationEst. Pumpings 93 $__________$__________ B.Vault Toilet Holding Tanks Est. Pumpings 31 $__________$__________ C.Septic/Holding Tank Pumping Est. Pumpings 6 $__________$__________ Base Period Total $________________ 2.Pumping Services Option One: April 1, 2013 to September 30, 2013 EACHTOTAL A.Fish Cleaning StationEst. Pumpings93 $__________$__________ B.Vault Toilet Holding Tanks Est. Pumpings 31 $__________$__________ D.Septic/Holding Tank Pumping Est. Pumpings 6 $__________$__________ Base Period Total $________________ TOTAL CONTRACT BID PRICE = $______________________________ CONTRACTOR SIGNATURE_____________________________ DATE_________________ A completed bid must include the supporting best value documents outlined in section 12 of this document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-12-Q-G005/listing.html)
 
Place of Performance
Address: USACE District,Gavins Point Project 55245 Highway 121 Crofton NE
Zip Code: 68730
 
Record
SN02644408-W 20111224/111222234421-b22a32a3eb0a03c55cdd9bde4abddb02 (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.