SOLICITATION NOTICE
Z -- VEGETATION TREATMENT SERVICE AGREEMENT - Commercial Clauses
- Notice Date
- 5/23/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Base Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199, United States
- ZIP Code
- 23704-2199
- Solicitation Number
- HSCG27-16-Q-PPF229
- Archive Date
- 6/15/2016
- Point of Contact
- Mathew A. Malo, Phone: 757-295-2227
- E-Mail Address
-
mathew.a.malo@uscg.mil
(mathew.a.malo@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DOL Wage Determination Commercial Service Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Instructions to offerors (Tailored for quotes under FAR part 13), evaluation criteria, and all applicable FAR Provisions and Clauses are attached. The solicitation number is HSCG27-16-Q-PPF229 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. This acquisition is issued set-aside 100% for SMALL BUSINESS. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word "offer/offeror" or a derivative of that word appears, it is changed to "quote/quoter" or a derivative of that word. The associated NAICS code is 561730 and the small business size standard is $7.5 million. USCG Base Portsmouth has a requirement for: A Base plus 4 Option Year service agreement for pre and post emergent vegetation treatment as per below Scope of Work. Base Year: 06/01/2016 to 05/31/2017 Option Year 1: 06/01/2017 to 05/31/2018 Option Year 2: 06/01/2018 to 05/31/2019 Option Year 3: 06/01/2019 to 05/31/2020 Option Year 4: 06/01/2020 to 05/31/2021 SCOPE OF WORK 1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials and equipment as required to Apply Vegetation Control at the Pungo Transmitter Site located at, 1900 Indian River Road, Virginia Beach, Virginia. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the contractor shall commence work NLT five (5) days after notice to proceed and work diligently to complete the entire work within twenty (20) weeks after contract award or as negotiated with Contracting Officer and Facilities Engineering (FED). 3. SCOPE OF WORK: Apply pre and post emergent vegetation treatments to the Pungo Transmitter Site. The areas listed below are to have (2-3) treatments per season. Treatments are to control brush, vines, reeds, broad leaf weeds, and aquatic weeds. Applications are to promote naturally occurring warm season grasses that prevent erosion. The areas are as follows: a. Base Security Fence line- apply treatment to a 4 foot wide swath on each side of the fence (care is to be taken to not promote erosion). b. Buildings 1- apply treatment to the perimeter of the parking and a 4 foot swath around antenna base. c. Building 2- apply treatment around the building perimeter d. Building 4- apply treatment around the building perimeter and water tank perimeter e. R21 Tent- apply treatment to the perimeter of the tent pad and perimeter fence line. f. Transformer Yard- apply treatment to the entire yard g. Main Gate Building Perimeter and Parking- apply treatment to the perimeter of the building and adjacent parking h. (12) Antenna Sites- apply treatment around base compound, parking pads, and 8 foot radius around guy wire anchors. i. Drainage Ditches- +/- 2 miles of main and lateral drainage ditches, bank bottoms, and 4' on-grade treatments to control brush, vines, reeds, broad leaf weeds, and aquatic weeds. Applications are to promote naturally occurring warm season grasses that prevent erosion. Contractor applying vegetation treatments are required to have a Virginia Department of Agriculture and Consumer Services (VDACS) and Aquatic Pesticide License. A copy of this license must be presented prior to award of this contract. 4. SITE VISIT: All bidders are strongly encouraged to visit the site to field verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with Gene Leonard at 757-483-8503. 5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer's QAE representative and Point of Contact for all structural/facility work is Gene Leonard at 757-483-8503. Inquiries concerning any phase of the specification before or after award shall be made to Gene Leonard at 757-483-8503. 6. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. 7. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the contracting officer's QAE representative of his intended start date. The work shall be done in accordance with the specification. 8. ORAL MODIFICATION: No oral statement of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract. 9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 10. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws. 11. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner. 12. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the station's regular hours, he may submit his request in writing to the Contracting Officer's QAE Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 13. UPON COMPLETION OF WORK: Contact the Contracting Officer QAE Representative to arrange for inspection/acceptance of work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee's full name, date and place of birth, current address and last four (4) of SSN. The Base Portsmouth Security Officer will be given a copy of the employee list and a pass will be issued for entry. Each contractor provided vehicle or towed trailer shall show the contractor's name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair. 15. SAFETY REQUIREMENTS: 1. Responsibilities: a. All contractors working on CG Base Portsmouth shall abide by all federal safety regulations as published by the Occupational Health and Safety Administration, 29 CFR 1910 (series) and 29 CFR 1926 (series). Contractor written safety programs shall be reviewed by the Base Safety Officer prior to starting work. b. Written notification must be provided to the Base Safety Officer, Erick Biswell (757-638-2793) in their capacity as Base Fire Marshal of any activity that could potentially cause fire or explosion or that changes or reduces the capability of fighting a fire or explosion. Some examples of qualifying activities are: a fire hydrant or fire suppression system that must be taken out of service for any reason, electrical work that affects fire alarm systems, introduction of hazardous or flammable material onto the Base, and blocking of any egress routes or emergency vehicle routes. Inclusion of this information in the contract constitutes written notification as long as the outsource review sheet is signed by Base Safety Officer. c. Copies of the following must be provided to the Base Safety Officer prior to starting work in affected areas: Confined Space Entry Permits, Hot Work Chits, and Dig Chits. Confined space clearance must be conducted by a certified marine chemist and permit required spaces will have a copy of the permit posted on site during work. Hot work will only be conducted with permission and a fire watch must be posted during work. A facility dig chit is required in addition to a Miss Utility dig chit. The systems on Base Portsmouth are not limited to what the City of Portsmouth has on file. In order to ensure electrical safety and integrity of systems, a facility chit is required. d. Lock Out/Tag Out requires notification and coordination with facilities and will not be conducted by a contractor on Base Portsmouth. A Facilities Division representative is required for all contractor Lock Out/Tag Out needs. 2. Rights: a. Every employee working on Base Portsmouth has the right to a safe and healthy work place. The contractor has the responsibility and right to stop unsafe work. QAE's and the Safety Officer may also institute a work stoppage relating to unsafe practices or immediate danger to life and health situations. 16. ENVIRONMENTAL PROTECTION REQUIREMENTS: a. All contractors working on CG Base Portsmouth shall abide by all federal environmental regulations as published by the Environmental Protection Agency, 40 CFR (series). Contractor written environmental management and pollution prevention programs shall be reviewed by the Environmental Protection Specialist, Adam Evans (757.483.8593) prior to starting work and must be in accordance with ICSPORTSVA INSTM5090.2, the Unit Environmental Guide. b. Written notification must be provided to the Environmental Protection Specialist of any activity that could potentially cause a permit violation on Base Portsmouth. Some examples of qualifying activities are: any activity that could result in a spill or discharge into a waterway or introducing a hazardous material into the environment. c. Copies of the following must be provided to the Environmental Protection Specialist prior to starting work in affected areas: Material Safety Data Sheets, permits, and notices of intent. d. Hazardous materials used by a contractor are required to be disposed of by that contractor. Disposal must be in accordance with federal, state, and local guidelines. # FAR 52.237-1 -- Site Visit (Apr 1984). Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Date and place of delivery and acceptance is on or before June 01, 2016 FOB Destination Delivery is to: US Coast Guard 1900 Indian River Rd. Virginia Beach, VA. 23456 Attn: Gene Leonard All quotes are due at USCG Base Portsmouth, VA by 12:00pm, 31 May 2014. Submit quotes to the following mailing address, e-mail address, or fax number by the offer due date and time: United States Coast Guard Base Portsmouth 4000 Coast Guard Blvd Portsmouth, VA. 23703 Attn: SKC Mat Malo E-Mail Address: Mathew.A.Malo@uscg.mil Fax Number: (757) 483-8623 (Attn: SKC Mathew Malo) Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at Mathew.A.Malo@uscg.mil no later than 26 May 2014, 4:00PM Eastern Time or the question may not be answered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-16-Q-PPF229/listing.html)
- Place of Performance
- Address: USCG Pungo Transmitter Site, 1900 Indian River Rd., Virginia Beach, Virginia, 23456, United States
- Zip Code: 23456
- Zip Code: 23456
- Record
- SN04126321-W 20160525/160523234929-d3001f7389b9b28bc541fb1287363b40 (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 |