SPECIAL NOTICE
S -- Services, Non-personal, Vegetation/Root Removal
- Notice Date
- 5/22/2002
- Notice Type
- Special Notice
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 354 CONS, 3112 Broadway Ave, Unit 5B, Eielson AFB, AK, 99702-1887
- ZIP Code
- 99702-1887
- Solicitation Number
- F65503-02-Q-0547
- Response Due
- 6/7/2002
- Archive Date
- 6/22/2002
- Point of Contact
- Matthew Boyd, Contract Admin, Phone 907-377-6162, Fax 907-377-2389, - Wendy Swails, Contracting Officer, Phone 907-377-1838, Fax 907-377-2547,
- E-Mail Address
-
matthew.boyd@eielson.af.mil, wendy.swails@eielson.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Solicitation F65503-02-Q-0547 is hereby issued as a Request for Quote. This solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. This acquisition is 100% set-aside for small businesses and NAICS code 561730 (SIC 0700) applies, which has a small business size standard of $6.0 million. The requirement consists of the following non-personal service: 1 Lot, Services, Non-personal, Grounds maintenance and beautification, in accordance with this statement of work. 1. SCOPE: Contractor shall provide, after 15 Jun 02, the services of equipment with operator(s) to improve Cathers Lake Borrow Pit. Improvement consists of stripping and disposing of hydro-axed vegetation. Cathers Lake Borrow Pit is located approximately 2 miles north of the Eielson runway, on Eielson AFB lands, at mile 1.7 Transmitter Road. The area(s) to be improved are shown on the attached map. Performance period shall be approximately 30 days. 2. SYNOPSIS: A. All servicing of equipment, including both fair wear and tear, mechanical breakdowns, and fuel shall be the sole responsibility of the contractor, at no cost to the government. B. The project site has been hydro-axed. C. Existing Conditions: Strip the hydro-axed vegetation from Locations "A" and "B" and dispose of the stripped vegetation at Locations "C" and "D". Location "A" is an old overburden berm about 6 feet high. Location "A" is approximately 4 acres in size. The top and both sides of the berm shall be stripped. There are two existing piles of stripped vegetation on the north end of the berm that just require disposal. Location "B" is approximately 4.3 acres in size. The south boundary of Location "A" and the east and south boundaries of Location "B" are marked with stakes. Location "D" is covered with standing trees 2 to 6 inches in diameter. The southeast boundary of Location "D" has been marked with fluorescent pink surveyors tape. A Map of the Area will be provided upon e-mail request to matthew.boyd@eielson.af.mil. The Adobe Acrobat file Reader program will be required to view this map. D. Desired Outcome: The typical depth of the hydro-axed vegetation and its root system is plus or minus one foot. The hydro-axed vegetation including the root system shall be removed leaving the underlying topsoil in place. When removal is complete there shall be no hydro-axed vegetation or root system left at Locations "A" and "B." Location "D" shall be stripped of all standing trees and vegetation prior the disposal of stripped vegetation from Locations "A" and "B." The stripped trees and vegetation from Location "D" shall be incorporated in the contoured disposal mound at Locations "C" and "D." E. Disposal of Material: The stripped material shall be disposed of in a contoured mound at Locations "C" and "D." The toe of the mound shall be no less than four and no more than six feet from all undisturbed (not hydro-axed) native vegetation. The material shall be placed on the contoured berm in a uniform layered manner beginning at the bottom and finishing at the top. An entire lower layer will be completed before proceeding to the next layer. An equipment access ramp may be maintained. The stripped vegetation shall be compacted by running a piece of tracked equipment back and forth over it, or by using a similarly effective method of compaction. The side slopes of the contoured disposal mound shall not exceed 3 (horizontal) to 1 (vertical). Once compacted, the mound shall have a uniform, smooth appearance and be free of any sort of protruding vegetation, root, or other matter. The final height of the contoured disposal mound shall not exceed 12 feet above the surface of gravel road in the northwest corner of Location "C." There is an abandon utility pole adjacent to the road. The not to exceed elevation of the contoured disposal mound has been marked with fluorescent pink paint and/or tape on the abandon utility pole. Reference the available map. F. The contractor shall not operate equipment on adjacent undisturbed (not hydro-axed) native vegetation. The contractor shall not place any material in to the adjacent ponds. G. This service contract is divided into two phases and they shall be bid separately. Phase 1 is stripping the hydro-axed vegetation from Location "A," stripping the trees at Location "D," and disposing of the stripped vegetation at Locations "C" and "D." Phase 2 is stripping the hydro-axed vegetation from Location "B" and disposing of the stripped vegetation at Locations "C" and "D." Contractors shall bid on Phase 1 as CLIN 0001 and Phase 2 as CLIN 0002. 3. OPERATOR SPECIFICATIONS: Operator(s) shall be fully qualified, licensed, and fit to operate any equipment used. 4. GENERAL SPECIFICATIONS: Standard Commercial Practices shall be used and work shall be in accomplished in accordance with all federal, state, and local laws, regulations, fire and OSHA/Safety requirements. END OF STATEMENT Pricing for both CLINs is to include any applicable costs for operator salary, appropriate insurance, and travel to and from the work site. Submit lump-sum pricing per line item, and do not provide other than cost or pricing data if it is not required. Again, it is recommended that a request be emailed to the POC listed below for the available Site Map. Evaluation of offers will be performed on the basis of price. The following clauses and provisions are hereby incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-3 (ALT III); 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; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965, as amended; 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.253-1, Computer Generated Forms; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Required Central Contractor Registration; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.225-7009, Duty Free Entry -- Qualifying Country Supplies (End Products and Components); 252.225-7036, Buy American - North American Free Trade Agreement; 252.225-7036, Alt I, Implementation Act - Balance of Payments Program; Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, along with its alternates I and III. Wage Determination # 94-2017 rev 26 applies to this procurement in full force and effect. Applicable employee class(es): Heavy Equipment Operator, which has a minimum wage rate of $25.83. Submit signed and dated quotes to 354 CONS/LGCB, by Fax to (907) 377 - 6162, by email to matthew.boyd@eielson.af.mil, or by mail to 3112 Broadway Ave Unit 5B, Eielson AFB AK 99702-3112. Quotes must be received no later than 1630 (4:30pm) AST, 3 June 2002 to be considered for award. If any information regarding the solicitation is required, please contact A1C Matthew R. Boyd in any of the above methods, or by telephone at (907) 377 - 3364. The Government reserves the right to award without discussions, as well as make multiple awards if deemed to be in the Government's best interest.
- Place of Performance
- Address: Eielson AFB, AK
- Zip Code: 99702
- Zip Code: 99702
- Record
- SN00081115-W 20020524/020522213940 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |