|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1998 PSA#2015482 LSS/LCC, 29050 Coral Sea Blvd, Box 50, Homestead Air Reserve
Station, FL 33039-1299 S -- GROUNDS MAINTENANCE OF WETLANDS (ONE TIME) SOL FA6648-98-T0144
DUE 020498 POC John Marshburn (305)224-7474 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; quotes are being requested and a written
solicitation will not be issued. The solicitation is a Request For
Quote numbered as FA6648-98-T0144. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular FAC 97-02. The solicitation is set aside for small
business. Standard Industrial classification code is 0782, small
business size standard is $5 million. This RFQ consist of One Line
Item-One Time Cut; Quantity-One; Unit of Issue-Job; Total Price-$__ __
__ __. The Contractor shall furnish all plant, labor, materials, tools
and equipment for a one time cut of approximately 208 unimproved acres,
including canals, of wetlands. Unimproved areas are lowlands saturated
with water that are not built up or developed. Regions within the
lowland areas are from marshy to almost dry grounds with vegetation
growth that includes cattail grass, cane grass, tree stumps springs of
previously cut trees like Brazilian Pepper, Ficus, Australian Pines,
Willow and other trees. Wetlands shall be cut to a height of 7 -- 14
inches. No equipment (trucks, tractors, etc.) is allowed in the wetland
areas. Care shall be taken to keep all cut vegetation, soil and
sediment out of the canals. No soil disturbance is allowed in this
wetland areas. The contractor is responsible for proper controls to
comply with this requirement and shall identify the method(s) and
precautions to be taken to prevent damage to the canal drainage system,
existing wildlife (gators/snakes/birds/etc.) and the wetlands. Plan
shall be submitted with the quote. No herbicides shall be accomplished
under this acquisition. Areas were vegetation is choking the canals
shall have the vegetation along with itsroot system removed. Care shall
be taken to minimize disturbing sediment while removing vegetation from
canals. No dredging of the canals is authorized. Culverts shall be
cleared of vegetation and debris at both ends. Contractor equipment
will not be allowed to remain overnight in the airfield area. Equipment
shall not be stored on the base. The contractor shall provide an on
site contract manager responsible for the performance of work. The
contract manager/alternate shall read, write, speak and understand
English. The contractor shall be fully liable for any spills caused by
contractor personnel/equipment. The contractor shall take immediate
action to contain, isolate and cleanup the spill at the contractor's
expense. The contractor shall investigate the extent of contamination
to the environment and take the necessary actions required to eliminate
the contaminates from the spill site. The contractor shall notify the
designated base civil engineering inspector and the contracting office
immediately should a spill occur. In the event of a spill by the
contractor, the Government reserves the right to provide for its own
emergency response or long term remediation. In that event, the
contractor agrees to timely and fully indemnify the Government for all
reasonable costs associated therewith. Performance period is 30 days
after award notification. All weekend work must be coordinated through
the Base Civil Engineering Inspector. FAR provision 52.212-1,
Instruction to Offerors -- Commercial, applies to this acquisition. The
Government will award a contract resulting from solicitation to the
responsible offeror whose offer meets the following criteria: (1)
technical capabilities (plan, equipment and staff ), (2) past
performance and (3) price. Offerors should also submit references from
three (3) concerns, indicating a point of contact, knowledgeable of
offerors ability to perform the requirement. Offers will be evaluated
on a pass/fail basis. Offerors must include with their offer a
completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications Commercial Items (copy, if needed,
may be obtained by contacting John Marshburn (305)224-7474. FAR Clause
52.212-4, Contract Terms and Conditions -- Commercial Items applies to
this acquisition. In accordance with FAR Clause 52.212-5, Contract
Terms and Conditions Required To Implement Statutes or Executive Orders
-- Commercial Items, the following clauses are hereby incorporated by
reference in paragraph (b) 52.203-6, Restrictions on subcontractor
Sales to the Government (Alternate I); 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activity; 52-219-6, Notice of Total
Small Business Set-Aside; 52-219-8, Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns; 52-222-26, Equal
Opportunity; 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped
Workers; 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era; the following clauses are incorporated by
reference in paragraph (c): 52.222-41, Service Contract Act of 1965,
as amended, 52.222-42, Fair Labor Standards Act and Service Contract
Act-Price Adjustment. 52.246-4 Inspection of Services-Fixed Price. Wage
Determination Number 94-2119, Rev 8, dated 09/01/97 applies. CBD note
# 1 applies. Quotes shall be submitted in writing to the Contracting
Officer, 482 LSS/LGCV, 29050 Coral Sea Blvd., Box 50, Homestead ARS, Fl
33039-1299 no later than 04 February 1998, 4:30PM, local time. The
quote number shall be listed on the outside envelope of each quote for
identification purposes. Contact Point is John Marshburn (305)
224-7474.***** (0016) Loren Data Corp. http://www.ld.com (SYN# 0094 19980121\S-0004.SOL)
S - Utilities and Housekeeping Services Index Page
|
|