SOLICITATION NOTICE
F -- Cleaning of the Corrals at the Wild Horse and Burro Corral in Ridgecrest, California
- Notice Date
- 12/27/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM-CA DESERT DISTRICT OFFICE* 22835 CALLE SAN JUAN DE LOS LAGOS MORENO VALLEY CA 92553
- ZIP Code
- 92553
- Solicitation Number
- BFQ060007
- Response Due
- 1/11/2006
- Archive Date
- 12/27/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The Bureau of Land Management, Ridgecrest Field Office, located in Ridgecrest, California has a requirement for a Blanket Purchase Agreement (with 4 optional years) for Corral Cleaning. All interested Contractors are required to furnish all labor, supervision, equipment, supplies, materials, transportaiton and operating equipment/supplies to remove manure/debris. Guarantee of minimum of 100 hours per year, the maximum of hours should not exceed 235 hours per schedule year. The Government anticipates the need for services periodically year long. All interested Contractors are required to be register in Central Contractor Registration (CCR/website at www.ccr.gov) before a Contract/Agreement can be awarded. Any Contractors that are registered, should ensure that their profile is updated in CCR. All bids should be submitted on line and a faxed copy will be accepted. Point of Contact for techincal questions should be directed to: David Sjasstad (760) 384-5430 Point of Contact for contractual questions should be directed to: Judy Holden-Huhges (951) 697-5254 This requirement is Set-Aside for Small Business and Small Disadvantage Businesses. NACIS Code: 562119 (Other Waste Collection) Code: S (Housekeeping Services) SECTION C SPECIFICATIONS GENERAL REQUIREMENTS and REQUIREMENTS PART 1: GENERAL WORK INCLUDED: A. Description: The work consists of furnishing labor and equipment, to clean horse and burro corrals, alley-ways, along fence-lines and perimeter roads on an as ordered basis. The manure/debris is to be stacked on the eastside of the facility in designated area. The waste pile shall be maintained to a 3:1 slope on western side, dumping fresh debris from atop of the pile, over the eastern edge. B. Location: Work under this Contract is located in Rigdecrest, California, San Bernardino County, State of California. RELATED WORK: A. Specification Sections: B. Drawings: Layout of Ridgecrest Corral is 57 acres (picture of corral will be provide upon request) PROJECT/SITE CONDITIONS: A. Access to the Work: 1. Public or private access roads damaged by the Contractor shall be restored, at the Contractor's expense, to the same condition they were in at the commencement of work. SCHEDULING: A. Work Schedule: The Contractor will be notified one week in advance of requested work. Prior to initiating designated work, the contractor will provide an estimate of hours required and a schedule for completion. The Contractor is expected to complete the work in a timely fashion. PREPARATION: A. Pre-Work Conference: 1. Notification: A pre-work conference will be held at the Ridgecrest Corral headquarters following award of contract. The Contractor will be notified in advance of meeting time and date. 2. Attendance: The Contractor, and the person or persons responsible for performance of the work shall be present at the meeting. 1. Presentation: The Contractor Officer (CO) and/or Contractor Officer Representative (COR) and/or Project Inspector (PI) will provide the corral cleaning schedule at the meeting. MEASUREMENT AND PAYMENT Method of Measurement:: A. Units: The work described in this section will not be measured for payment. BASIS OF PAYMENT: A. Payment: No direct payment for the work described under this section will be made. Contractors shall include consideration for this item in the bid price for other scheduled items of the Contract SUPPLIES AND SERVICES GENERAL (CORRAL CLEANING) WORK INCLUDED: A. Description: The work in this section includes loading and hauling horse manure and wind blown debris from corrals, alleyways and fence lines. This consists of scraping down to mineral soil, and cleaning of all pens, alleyways, fencelines and perimeter roads at Ridgecrest corrals, loading and hauling this material to designated site on the east side of the facility while maintaining the waste pile's function and design. RELATED WORK: A. Specification Sections: Manure/wind blown debris Removal: 1. Manure/wind blown debris shall be removed down to the existing ground line within the corral pens, alleyways, fencelines and perimeter road and hauled to designated site on the east side of the facility. 2. Ground contour shall not be changed by over excavation of soil. 3. Contractor shall use care in cleaning corrals in order not to damage corral structure and horse feeders. 4. The Government shall reserve the right to clean any pens at anytime at the facility to prevent illness or disease. This material may be stacked in convenient, temporary piles. Members of the public are allowed to have free access to the large manure pile located at the east end of the facility. This practice will require the contractor to be aware of people around the manure pile and to look out for them to avoid accidents. Contractor must be aware of visitors to the facility and as a road surrounds the facility with daily visitors, proceed with caution to avoid accidents. Manure/windblown debris removal shall include any temporary, piles that are generated by BLM Employees between contractor cleaning, per scope of work (see above #4). EQUIPMENT RENTAL WITH OPERATOR REQUIREMENTS: A. General: The Contractor shall furnish the equipment, with skilled operator fully capable of effective operation of the equipment on tasks described, on an hourly basis. The equipment shall be in good mechanical condition and may be inspected by BLM personnel prior to award of contract. All equipment shall have OSHA quality standards rollover protective structures (ROPS), regardless of equipment age. LABORER REQUIREMENTS: A. General: The contractor shall furnish Laborer support for the equipment operator. This laborer is necessary to adequately clean and remove manure in tight quarters where the mechanized equipment can not access. This access may include temporarily moving corral panels to access pen or along fence lines and alleyways. Once cleaned, the contractor will replace all panels to their original location. B. Contractor Responsibilities: The Contractor shall retain custody of the equipment and be responsible for its maintenance, its operation, and its operators. Also for the death of or injury to its operators, servants or agents. The Contractor shall assume liability for all damage to its equipment whether from natural causes, operations under this contract, movement to, from, or between sites or any other causes. The Contractor shall assume liability for major damage to government owned corrals, feeders, and etc. The Contractor shall assume liability for cleanup of all hazardous material spills from his equipment. (fuel, oil, and etc.) C. Equipment Serviceability: In the event of equipment breakdown or nonserviceability, the Contractor agrees that any repairs shall be accomplished within seven calendar days from the date of such breakdowns or the Contractor must replace the unserviceable equipment subject to all the original requirements and resume operations. Unserviceability is defined as any required equipment feature not fully operational. MEASUREMENT AND PAYMENT METHOD OF MEASUREMENT: "Equipment Use Record," form OF-297, will be completed daily and signed by the equipment operator and the Project Inspector. Time will be recorded to the nearest one-quarter hour unit multiple. This record is required and is the only acceptable record of measurement for payment. A single measurement of time shall be made for that time in which equipment is at the work site and being operated. Measurement for payment shall be the number of hours equipment with operator is engaged in work. BASIS OF PAYMENT: Payment will be made for the actual hours of operating use required and measured in accordance with above "Method of Measurement." Payment for hourly rental will be made at unit price per hour bid in the Schedule. No direct payment will be made for standby time, moves resulting from mechanical breakdown, equipment substitution, mobilization, demobilization, or moves resulting from adverse weather, or contractor staffing related problems. Prices and payment will be full compensation for the work described in this section. Pay Item Description Pay Unit Load , Haul, and Dispose of Manure Equipment Rental With Operator and laborer Hours DELIVERIES OR PERFORMANCE CHARGES FOR ACTUAL DAMAGES - DELAYED PERFORMANCE (Supply & Service) Should the Contractor fail to complete the work within the performance time allowed or any extension thereof, and his right to proceed is not terminated, he shall, in the absence of a liquidated damages provision, be charged for actual damages suffered by the Government which can be directly attributable to the Contractor's delayed performance. Such damages shall include, but not necessarily be limited to, the Project Inspector's hourly salary, per diem, travel, or other expenses as well as losses of Government-furnished property which can be accurately determined.' This clause supplements FAR Clause 52.249-8. 52.242-15 Stop-Work Order AUGUST 1989 (http://www.arnet.gov/far) PERFORMANCE TIME: BPA CALL will be issued on an as needed basis. Each BPA CALL will specify the areas to be cleaned and performance times. CONTRACT ADMINISTRATION DATA PROCUREMENT OFFICE REPRESENTATIVE The Procurement Office Representative for this requirement is: Bureau of Land Management, CA-610 Judy Holden-Hughes/Contracting Officer 22835 Calle San Juan de Los Lagos Moreno Valley, CA 92553 Telephone: (951) 697-5254 CONTRACTING OFFICER'S REPRESENTATIVE (COR) AND/OR PROJECT INSPECTOR (PI) The COR and/or Project Inspector (PI) will be appointed by the Contracting Officer upon award of the contract. Such COR/PI will be responsible for giving the Contractor any special instructions or guidance necessary to complete delivery as required by the contract. The COR or PI does not have the authority to modify or in any way amend the terms of this contract. DESIGNATED GOVERNMENT OFFICE FOR SUBMITTING PROPER INVOICE Bureau of Land Management Attn.: David Sjaastad Ridecrest Field Office 300 Richmond Rd. Ridgecrest, California 93555 Telephone: (760) 384-5430 SPECIAL CONTRACT REQUIREMENTS WORK HOURS Work hours under this contract shall be limited to the time between one-half hour before sunrise to one-half hour after sunset, each day. No work will be done on Saturday, Sunday, or legal National Holidays unless authorized by the COR. FIRE DANGER SEASON If the COR allows the Contractor to continue work during periods of declared fire danger or season, the Contractor shall comply with all applicable state laws relating to fire prevention and with all special conditions of work as directed by the COR. DRAWINGS (a) Typical Drawings. Any drawings titled typical are general only and dimensions of each structure will be fixed by the Contracting Officer to adapt the design to existing conditions at the structure location. (b) Reduced Size Drawings. Any drawings identified as "REDUCED SIZE DRAWINGS" appearing in the solicitation are photographically reduced in size. Accordingly, measurements and dimensions should not be taken or be based on any numerical scales shown. Prospective bidders desiring to review a copy of the full size drawings may contact the Contracting Officer identified in the solicitation. PRESERVATION OF HISTORICAL AND ARCHEOLOGICAL DATA (a) Public Law 93-291, May 24, 1974, provides for the preservation of scientific, prehistorical, and archeological data (including relics and specimens) which might otherwise be lost due to alteration of the terrain as a result of any Federal construction project. (b) The Contractor agrees that should he or any of his employees in the performance of this contract discover evidence of possible scientific, prehistorical, historical, or archaeological data he will notify the Contracting Officer immediately in writing giving the location and nature of the findings. (c) Where appropriate by reason of discovery, the Contracting Officer may order delays in the time of performance and/or changes in the work. If such delays and/or changes are ordered, the time of performance and contract price shall be adjusted in accordance with the applicable clauses in the Contract clauses Section of this contract. (d) The Contractor agrees to insert this paragraph in all subcontracts which involve the performance of work on the terrain of the site. CORRAL CLEANING RIDGECREST WILD HORSE AND BURRO CENTER AT RIDGECREST, CALIFORNIA BID SCHEDULE Basic Requirement Estimated Item minimum Description Quantity Unit Price Extended Amount ___________________________________________________________________ 1.Corral Cleaning 100 hours $_____ $____ Equipment rental & Operator 2.Corral Cleaning 100 hours $_____ $____ Laborer Performance Period: January 16, 2006 through September 30, 2006 Option 1 Estimated Item minimum Description Quantity Unit Price Extended Amount ___________________________________________________________________ 1. Corral Cleaning 100 hours $_____ $____ Equipment rental & Operator 3. Corral Cleaning 100 hours $_____ $____ Laborer Performance Period: October 1, 2006 through September 30, 2007 Option 2 Estimated Item minimum Description Quantity Unit Price Extended Amount ___________________________________________________________________ 4.Corral Cleaning 100 hours $____ $____ Equipment rental & Operator 5.Corral Cleaning 100 hours $_____ $____ Laborer Performance Period: October 1, 2007 through September 30, 2008 Option 3 Estimated Item minimum Description Quantity Unit Price Extended Amount ___________________________________________________________________ 6. Corral Cleaning 100 hours $______ $_____ Equipment rental & Operator 7. Corral Cleaning 100 hours $______ $_____ Laborer Performance Period: October 1, 2008 through September 30, 2009 Option 4 Estimated Item minimum Description Quantity Unit Price Extended Amount ___________________________________________________________________ 8. Corral Cleaning 100 hours $_____ $____ Equipment rental & Operator 9. Corral Cleaning 100 hours $_____ $____ Laborer Performance Period: October 1, 2009 through September 30, 2010 ______________________________________________________________________ Total Bid (All or None) - Including All Years $______ Bids will be evaluated on total price - including all option years. Awarded contract will be on-call basis contract for one year, with four one-year options. There is a guarantee of minimum 100 hours in this schedule, per year. The maximum hours per year should not exceed 235 hours. The government anticipates the need for services periodically yearlong. Orders for services shall be issued by the Project Inspector, Contracting officer's Representative, or the Contracting Officer, either orally or in writing.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1036687)
- Place of Performance
- Address: Ridgecrest, California
- Zip Code: 93555
- Country: USA
- Zip Code: 93555
- Record
- SN00958758-W 20051229/051227211857 (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 |