Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2013 FBO #4074
MODIFICATION

P -- Vegetative Reduction at Floyd Bennett Field, Brooklyn, NY

Notice Date
1/17/2013
 
Notice Type
Modification/Amendment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DS-13-R-0007
 
Point of Contact
Christina Sale, Phone: 443-280-7408, Bjorn T. Hale,
 
E-Mail Address
Christina.Sale@usace.army.mil, bjorn.t.hale@usace.army.mil
(Christina.Sale@usace.army.mil, bjorn.t.hale@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
QUESTION 1: 1) Is this limited to Small Business Entities? 2) the Scope of Services, Attachment 6 lists 2 eligible venors; are these the only 2 vendors allowed/qualified to return offers/quotes? ANSWER 1: 1) The solicitation is limited to Local Area Small Businesses that primarily reside in or do business in Ulster, Sullivan, Orange, Putnam, Pockland, Westchester, Nassau, and Suffolk Counties and the Boroughs of Bronx, Queens, Richmond, Kings and Manhattan that encompass New York City, New York being part of the geographic area included in the FEMA Major Disaster Declaration No. 4085-DR-NY. 2) Please review the Scope of Work. This explains Attachment 6. QUESTION 2: The Scope of Services for the above-captioned Solicitation under Par. 5 Operational Requirements provides a table of Estimated Debris Quantities with a total estimated volume after chipping of 13,452 cubic yards including loose vegetation, stumps (prior to April 1) and stumps (after April 1). Are the Estimated Debris Quantities in the table the actual amount the contractor will be paid for or will payment be based on the actual cubic yards per truckload. ANSWER 2: Payments will be based on surveyed quantities and the reduction factor provided in the solicitation. QUESTION 3: In the event of severe inclement weather causing suspension of contractor's operations or a shutdown by the Department of Environmental Conservation (DEC) or any other agency of competent jurisdiction, with the contractor be given an extension of time to complete its work before fines are levied? ANSWER 3: Please refer to FAR Clause 52.212-4. Inclement weather is considered an excusable delay. QUESTION 4: Par. 1. General under the Scope of Services states after April 1, 2013 that the contractor "shall note the 1-inch by 1-inch in two dimensions requirement for all reduced vegetation after April 1, 2013." What is the third dimension? Prior to April 1, 2013, can the contractor ship the chips in any size to an approved vendor. ANSWER 4: There is no 3rd dimension; as long as the end cross section size is 1" by 1". QUESTION 5: Is this a Prevaling Wage Rate contract? If so, is it under New York State Article 8 or Article 9. Please provide the wage rates and job descriptions. ANSWER 5: This contract uses SCA Wage Determination # 2005-2375 as stated in the solicitation. A copy can be downloaded from www.dol.gov. QUESTION 6: What are the terms of payment? ANSWER 6: Payment terms are net 30. QUESTION 7: With regards to the above-referenced solicitation, is there an actual solicitation form that we can fill out? Is there a bid bond required? ANSWER 7: There is no solicitation form. Bid bonds are not required. QUESTION 8: In regards to the above referenced project, project #W912DS-13-R-0007, the bid documents refer to attachment #6 as the only eligible vendors which are 95 miles away. Are these the only acceptable vendors that can be used? Can we use a vendor that is not listed and if so, what are the requirements/procedure to add another vendor? ANSWER 8: Currently, yes. You may use any vendor as long as they have a variance from DEC New York City Department of Agriculture and Markets. They must use or make chips ALB compliant no later than 1 March 2013. QUESTION 9: In addition, if these two vendors are the only eligible vendors for the project, do they require dump fees? ANSWER 9: No. QUESTION 10: Is there water available at the site at no cost? If it is available, where is it located on the site? ANSWER 10: No. QUESTION 11: Is this site secured? ANSWER 11: Yes. QUESTION 12: Due to the magnitude of the submittals (Concept Plan, Quality Control Plan, Site Specific Safety and Health Plan, Survey Platt - alll per USACE requirements,) required please confirm that the USACE is allowing only 24 hours for submittal after NTP to submittal? ANSWER 12: Yes. QUESTION 13: There are multiple contractors utilizing this site for staging, how is responsibility for anticipated pavement damage going to be assessed? ANSWER 13: Each contractor will be responsible for their own work area and responsible for any damage caused. And are encouraged to take pre- and post-photos and/or videos of the contractor's designated work area. The proposal receipt time is hereby extended until January 18, 2013 at 5:00pm. Proposals may be emailed to christina.sale@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DS-13-R-0007/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, New York District, 26 Federal Plaza, christina.sale@usace.army.mil, New York, New York, 10278, United States
Zip Code: 10278
 
Record
SN02967382-W 20130119/130117234216-81efb09f80c92494a78732001e7be778 (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.