SOLICITATION NOTICE
S -- Tree-Line Removal at Hopewell Culture NHP, Ohio.
- Notice Date
- 6/4/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- MWR - MWRO - Ohio MABO National Park Service1113 W Aurora Rd Sagamore Hills OH 44067
- ZIP Code
- 44067
- Solicitation Number
- P12PS22696
- Response Due
- 6/18/2012
- Archive Date
- 6/4/2013
- Point of Contact
- Matthew Frank Contract Specialist 3304682500306 matthew_frank@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
- Combined Synopsis/Solicitation This is a combined synopsis/solicitation for a commercial item being procured in accordance with the format in Subpart 12.6, and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is solicitation number P12PS22696 and is issued as a request for quote (RFQ). This requirement is a 100% total small business set-aside. The associated NAICS code is 561730. The small business size standard is $7 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 August 2009. Anticipated Award Date: Within 30 days of receiving offers. To be considered for award your company must obtain a Dun and Bradstreet Number (DUNs). You may obtain this number free of charge at 1(866)705-5711. Your company must also be registered in CCR with the appropriate NAICS code for this solicitation, web site: https://www.bpn.gov/ccr/default.aspx. If you have any registration questions, please call 1-888-227-2423. All prospective contractors are required to submit or upload their Organization's Representation and Certifications Application (ORCA) at https://orca.bpn.gov prior to submitting your offer. If you need assistance with registration or updating CCR or ORCA please contact the Procurement Technical Assistance Center nearest you at (615) 268-6644 or website: http://www.aptac-us.org/new/Govt_Contracting/find.php. GENERAL DESCRIPTION OF STATEMENT OF WORK : All work shall be done with minor disturbance to natural resources and no disturbance to cultural resources. The site has a 50 plus year old woven fence line that has detoriated beyond repair and has encouraged invasive plant species to become established. Care should be taken to remove only tree species with a DBH (diameter at breast height) of 18 inches or less and or any exotic invasive species including the following: 1.Golden Rain Tree (Koelreuteria paniculata) 2.Exotic bush honeysuckles: a.Amur honeysuckle (Lonicera maackii) b.Morrow's honeysuckle (Lonicera morrowii) c.Tatarian honeysuckle (Lonicera tatarica) 3.Autumn olive (Elaeagnus umbellata) 4.Tree of heaven (Ailanthus altissima) A.Removal method - All trees and shrubs will be cut at ground level (flush-cut) to prevent visual impacts and reduce tripping hazards and so that mowers can be used to control vegetation and sprouting. The contractor will work closely with park staff to ensure that park resources are not adversely affected. Failure to comply with these guidelines can subject the contractor to criminal and civil penalties and/or contractual sanctions including, but not limited to, termination, suspension, debarment, and adverse past performance assessment. B.Disposal - All woody debris must be removed from the site or chipped into adjacent fields. Piles of chipped debris must be dispersed so that vegetation can grow and that mowers can be used to control vegetation. In areas where crop plants may have been planted, dispersal of chipped debris is not allowed. C.All woven wire will be removed from site and properly disposed of in accordance with State, local and Federal laws. D.QA/QC - Park staff will conduct site visits to ensure work is proceeding according to the guidelines. Park archeologist will conduct site visits to ensure that archeological resources are not impacted. Quotes are due at 3:00 PM EST 15 June 2012. Offers may be submitted by fax or email. Questions regarding this solicitation will only be accepted until 12:00 PM EST, June 12, 2012. OFFERS SHALL INCLUDE THE FOLLOWING: 1. Price quotes that reference the solicitation number. 2. CLIN Structure: 0001 - Provide tree removal services per attached Statement of Work. Total Cost (includes discounts) $__________ 3. Item number, unit price, extended price, and total price. 4. Remittance address and DUNS number. 5. If the contractor is claiming an exception or change to the Offeror Representations and Certification (ORCA) then the contractor must supply FAR Clause 52.213-3 in its entirety. INTERESTED PARTIES MUST CONTACT THE POC BELOW FOR THE FOLLOWING DOCUMENTS PRIOR TO SUBMITTING QUOTE: Statement of Work titled, "Tree-Line Removal Project at Seip Earthworks Unit" dated 10 APRIL 2012 Past Performance Questionnaire Point of Contact: Matthew Frank Contract Specialist P: 330-468-2500 x306 F: 330-468-2507 Email: matthew_frank@nps.gov PRE OFFER SITE VISIT An organized site visit prior to offering has been scheduled for 8 June 2012 at 3:30PM EST. Location of site visit: Hopewell Culture NHP 16062 State Route 104 Chillicothe, OH 45601-8694 Site visit will be led by Dafna Reiner and Bret Ruby. Contact them at (740) 774-1126 for directions if needed. The following Federal Acquisition Regulation (FAR) provisions and clauses shall be applicable to this solicitation and award: For full text version of these provisions and clauses, please go to the following internet address: https://www.acquisition.gov/far/. SOLICITATION CLAUSES: 52.212-1, Instructions to Offerors-Commercial Items, (By Reference) 52.212-2, Evaluation-Commercial Items, or other description of evaluation factors for award (Full Text) 1. Technical Factors i. Company specializes in or has sufficient documented direct experience in providing all labor, materials,tools, supervision, and travel necessary to provide tree removal services for Hopewell Culture NHP per the attached statement of work titled "Tree-Line Removal Project at Seip Earthworks Unit" dated 10 April 2012.2. 2. Past Performance i. References from recent contracts similar to work described in the attached statement of work titled "Tree-Line Removal Project at Seip Earthworks Unit" dated 10 April 2012.3. 3. Price i. A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. If multiple contract line items are included in the price schedule, prices will also be evaluated to determine whether any line items are unbalanced. Offerors are cautioned to distribute costs appropriately. Technical and past performance, when combined, are as important as price. 52.212-3, Offeror Representations and Certifications- Commercial Items (Full Text) SOLICITATION & CONTRACT CLAUSES: 52.212-4, Contract Terms and Conditions-Commercial Items, (By Reference) 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive orders (Full Text). 52.219-6, Notice of Total Small Business Set- Aside (JUNE 2003) (15 U.S.C. 644). 52.219-28 Post Award Small Business Program Representation (APR 2012)(15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.222-41 Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22696/listing.html)
- Place of Performance
- Address: Hopewell Culture NHP16062 State Route 104Chillicothe, OH 45601-8694
- Zip Code: 456018694
- Zip Code: 456018694
- Record
- SN02764954-W 20120606/120604234721-74cd7f354a71a61b798e83aab193d888 (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 |