Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2011 FBO #3639
SOLICITATION NOTICE

F -- Tree Trimming and Removal

Notice Date
11/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - BICA - Bighorn Canyon National Recreation Area PO BOX 7458 ( 5 Avenue B ) Fort Smith MT 59035
 
ZIP Code
59035
 
Solicitation Number
P11PS10325
 
Response Due
11/29/2011
 
Archive Date
11/8/2012
 
Point of Contact
Jay G. Tobin Contract Specialist 4066663321 Jay_Tobin@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. It is being issued as Request for Quotation (RFQ) P11PS10325. The National Park Service, Devils Tower National Monument, has a requirement for commercial tree removal and trimming services per the following Scope of Work. This acquisition is a 100% small business set-aside; the National Park Service encourages the participation of veteran, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code for this project is 561730 with a size standard $7.0 million. Responsible small business concerns may submit a quotation which shall be considered by the National Park Service. QUOTES ARE DUE on November 29, 2011 at 1:30 PM Mountain Time and shall be delivered by the specified time to the National Park Service, Bighorn Canyon National Recreation Area, Contracting Office. Quotes may be mailed to the address listed above, faxed to 406-666-2415 or emailed to Jay_Tobin@nps.gov; no oral quotations will be accepted. Quoters must furnish their company name, DUNS number, address, phone and fax number, email address, and official point of contact. All quotes must be signed by authorized company official and dated. All questions regarding this solicitation should be directed to Jay Tobin at 406-666-3321 or Jay_Tobin@nps.gov. This acquisition is subject to Service Contract Act Wage Determination WD 05-2587 (Rev.-10), which was first posted on www.wdol.gov on 06/17/2011. It may be accessed at http://www.wdol.gov/sca.aspx#8. STATEMENT OF WORK The Contractor shall furnish all labor, supervision, equipment, supplies and transportation required to remove a total of 12 hazardous trees located in the DETO Picnic Area and Campground and to trim an additional 20 trees located within the DETO Campground to remove dead or unhealthy branches. Professional Qualifications: A. All work shall be performed under the direct supervision of an Arborist certified by the International Society of Arboriculture (ISA), or an equivalent state certification. B. All workers shall be properly trained and proficient with the technical aspects and hazards of tree maintenance work and the equipment used in such operations. Equipment Requirements: A. All equipment, including bucket trucks, aerial lifts, chipper trucks, wood trucks, stump grinders etc., shall meet OSHA/Wyoming safety requirements and be properly licensed. B. Vehicles shall access the site only using existing roadways. Vehicle traffic will only be allowed off existing roads for short term operations such as trimming or chipping as necessary to complete the required work. Reports: The contractor shall note and report, in writing, the presence of any structural weakness, girdling roots, disease conditions, decayed trunk or branches, and split crotches or branches or any other hazardous condition that has potential for damage to property or personal injury that can not be corrected within the scope of work described herein. Scheduling and Coordination: A. Pre-Bid Site Visit: The Government strongly encourages, but does not require, offerors to visit the project site prior to submitting a quote. The Government will conduct one formal organized site visit on Wednesday, November 23, 2011 at 10:30AM. Due to the potential for inclement weather, you should dress accordingly. Participants will meet in the lobby of the Administrative Building. All attendees must RSVP in writing to the Contracting Officer, Jay Tobin at Jay_Tobin@nps.gov. RSVP must include Company name, primary contact name, phone number, e-mail address, and anticipated number of attendees. B. Work on the project will commence on or about April 1, 2012 and be completed no later than May 15, 2012. Prior to commencing work, the contractor is responsible for inspecting all affected trees to ensure that the prescribed work can be completed in a safe manner. A pre-work conference will be held on site before any work begins. C. The contractor shall preserve and protect all cultural and natural resources including existing vegetation, structures and buildings adjacent to the work area. Safety: All operations shall be conducted in a safe manner and in compliance with ANSI Z133.1-2006 Safety Requirements for Pruning, Trimming, Repairing, Maintaining and Removing Trees and Cutting Brush. Execution: The contractor shall remove 12 historic cottonwood and ash trees and trim approximately 20 other trees. Trees to be felled are marked with blue tape and trees to be trimmed are marked with orange tape. The contractor shall buck and stack trunks and larger branches of downed/trimmed trees so they can be easily removed from the site by NPS personnel. The contractor shall chip/mulch all branches under 6" in diameter and transport them to a collection area south of the maintenance yard, about one mile from the campgrounds. The contractor shall ensure that all stumps are cut to a height not to exceed 14". Stumps will be removed by NPS staff upon project completion. INFORMATION TO BE SUBMITTED BY CONTRACTOR: Total Price (Lump Sum) = $_____________ Estimated Project Completion (Days after receipt of order): _________________ Business Name: ____________________________________ DUNS #: ___________________ Business Address: ______________________________________________________________ Business Phone: _______________________________ FAX: ___________________________ Email Address: ___________________________________________ Offeror Name: ______________________________________ Date: _____________________ Offeror Signature: ______________________________________ CLAUSES AND PROVISIONS Offerors must review and comply with the FAR Provisions/Clauses which apply to this solicitation. The full text of these may be accessed electronically at the website: https://www.acquisition.gov/far/. The following provisions and clauses are specifically referenced in this acquisition and are required in the response to this solicitation. They will remain in full force in any resultant award: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION OF COMMERCIAL ITEMS, Paragraph "a" of the provision is hereby replaced with the following: "The government reserves the right to evaluate quotes and award a contract without discussions with offerors. Quotes shall be evaluated on the basis of lowest priced, responsible/ responsive offer;52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, the offeror must include a completed copy of this provision with their quote or state that they are located on website: http://www.bpn.gov/;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, applies to this acquisition including 52.222-3, Convict Labor, 52.225-13, Restriction on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, and incorporating the following Paragraph (b) clauses:- 52.219.06, Notice of Total Small Business Set-Aside;- 52.222-19, Child Labor-Cooperation with Authorities and Remedies;- 52.222-21, Prohibition on Segregated Facilities;- 52.222-26, Equal Opportunity;- 52.222-41, Service Contract Act of 1965;- 52.222-42, Statement of Equivalent Rates for Federal Hires;- 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment;- 52.225-01, Buy American Act (Supplies);- 52.232-33, Payment by Electronic Funds-Central Contractor Registration.52.237-02, PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION;EXECUTIVE ORDER 13513 - PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING Prospective contractors must be registered in the electronic Central Contractor Registration Database (www.bpn.gov/ccr ) prior to award of a government contract. Offerors are further advised that failure to register in this Central Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS10325/listing.html)
 
Place of Performance
Address: Devils Tower National Monument, WY
Zip Code: 827200010
 
Record
SN02620514-W 20111111/111109234405-f0674833ffdda96a3b5ff1ea36611e99 (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.