Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2012 FBO #3910
SOLICITATION NOTICE

F -- Solid Waste Removal and Disposal (Charley Bone)

Notice Date
8/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Pacific Regional Office 2800 Cottage Way, Rm W-2820 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
A12PS02103
 
Response Due
8/31/2012
 
Archive Date
8/6/2013
 
Point of Contact
Jodi Zachary Contract Specialist 9169786025 jodi.zachary@bia.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
The Bureau of Indian Affairs, Pacific Region, Northern CA Agency, has set-aside this requirement for Total Small Businesses to provide Solid Waste Clean Up and Disposal Services. 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; proposals are being requested and a written solicitation will not be issued. Solicitation number A12PS02103, is issued as a Request for Proposals (RFP) in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. All responsible sources may submit a proposal which shall be considered. The project magnitude is expected to be between $25,000 and $50,000. Award will be made on an all or none basis. The Government will award a Firm Fixed Price purchase order for the services listed. Any and all additional work beyond the scope described below shall be completed on a time and materials basis. This requirement is set-aside under NAICS Code 562111, Size Standard of $12.5M. LOCATION: On the Charley Bone, 50E-Red 19, Public Domain Allotment located in Hat Creek, California, which requires immediate action. The property is located in Shasta County, on the Charley Bone Road along State Highway 89 approximately 3.7 mile north of Hat Creek, California. The Legal Description - Shasta County Records show the parcel as Assessor's Parcel Numbers 031-120-016 and 031-130-029. The description for the Public Domain Allotment (PDA) follows: Lot 4 of Section 3 and Lot 1 of Section 4, Township 34 North, Range 4 East, Mount Diablo Baseline and Meridian (MDB&M), containing approximately 70.08 Acres. The project area is on the south boundary of Lot 4 of Section 3, approximately 10 acres. There is no exact address available for this location. BOUNDARY MARKING: The south Allotment boundary line is fenced; the east and north boundary of the project site is Hat Creek which flows through the Allotment. The west boundary of the project area is the driveway which forks off of Charley Bone Road which passes through the Allotment and the fenced south boundary. The debris removal site is located on all sides of the abandoned residence, fenced yard and drive way area. SCOPE OF WORK: The Contractor shall provide all labor, equipment, supervision, site rehabilitation, clean-up and solid waste removal and disposal of the identified areas to a county sanctioned disposal facility for each type of debris/garbage. At the location is an abandoned two story house which is structurally unsound, a serious hazard to human safety, and a fire risk. In the yard surrounding the house are vehicles in various stages of disrepair, and several trailers. The house, trailers and automobiles are NOT PART of this contract. The scattered household debris surrounding the house and in close proximity to the banks of Hat Creek which flows through the Allotment ARE PART of this contract. This contract focuses on the clean-up of the dump piles throughout the property. The work is ROUGHLY ESTIMATED at 435 cubic yards weighing 55 tons of household debris/garbage/solid waste. Hazardous substances (paint, oil, gasoline, propane tanks, 55 gallon drums, appliances), and other material (sofas, mattresses, metal, rims and tires) based on facility specifications, may need to be separated and transported to an alternative state/county sanctioned waste disposal facility. The area cleared of debris/garbage will be performed with minimal scaring of the ground surface. If significant disturbance to the ground surface occurs, seeding or mulching to minimize erosion shall be implemented. This contract includes the disposal of all of the waste material created by the Contractor in completion of this contract. There is no specific order dictating the site cleanup, the Contractor can make that order determination upon review of the site. The nine (9) areas included in this contract are identified and described as follows: Areas 1 and 2: There are two wooden shed structures Shed 1, and Shed 2, which are to be dismantled and removed. The Pole barn in the area will remain intact; all items not attached or parts of the structure are to be removed. All debris/trash in this area is to be removed with minimal ground disturbance; the debris varies from tires and appliances to household garbage which will require separation. There may be a vehicle present in the area; it is not part of the contract. Areas No. 3, No. 4 and No. 5: Area 3 is a cab-over camper that is to be removed as well as all trash/debris in the immediate area. Area 4 contains a partially buried dilapidated wooden shed and debris consisting of aluminum siding, a broken down camper shell, metal cabinets, small wood structures and household garbage. All items in the area are to be removed with minimal ground disturbance. Poles erected for a probable fence are to remain, avoid if possible. Area 5 is a trash/debris field that has been intermingled with rocks, the debris is to be removed, and the rocks are to remain. Minimize ground disturbance in this area by using the appropriate attachments. Area No. 6: By the creek side, this debris field is a mixture of wood slash and trash that had been pushed into the floodplain along the banks of Hat Creek. This is a sensitive area, use of an appropriate grapple or fork attachment is recommended to ensure effective removal of slash/trash, minimize ground disturbance, and minimize release of material into Hat Creek. Area No. 7: Debris piles are concentrated behind the abandoned boarded house/trailer and the fence by the floodplain. There are several items in the floodplain which can be had carried to the piles. The debris varies from tires, furniture, appliances, propane tanks, metal toolboxes, to household garbage. All loose items not connected to the house or trailer is to be removed. All activities are to be performed with minimal ground disturbance. There may be vehicles present; they are not part of the contract. Area No. 8: Between the abandoned/boarded up house and attached trailer, the rock wall and yard leading to the drive way, all trash and debris not connected to the house is to be removed. The debris varies from tires, furniture, and appliances to household garbage. Area No 9: North of the Rock wall trash/debris piles are scattered throughout the area between the rock fence, wire boundary fence and the Charley Bone Road. Piles are to be sifted and removed; items include a broken-down camper and a loaded trailer to be removed. An outhouse/privy hut in the area will remain intact and untouched. Septic areas are flagged, for safety reasons a "No Machine Entry" is also flagged. This area contains a pump house, garden area and an abandoned septic tank. Foot entry is allowed to remove any debris. Automobiles may be present in the area; they are not included in this contract. DEFINITIONS OF TERMS: 1) Household Debris: Household garbage accumulated over a period of years, and household contents discarded from vandalism of the abandon house. 2) Separate Debris/Garbage: The disposal facility may require separation of material according to their specifications and may accept specific types of material. 3) Hazardous Substances: Paint, oil, gasoline, propane tanks, and/or appliances that may not be accepted at the disposal facility may require disposal at an alternative facility. 4) Other Material: Item described as sofas, mattresses, metal parts, rims and tires, household appliances and woody slash which may be accepted at the facility. 5) Load Debris: After separation of debris/garbage, like material will be loaded by appropriate manual or mechanical means for transport. 6) Transportation of Debris: Loaded debris/garbage will be secured to prevent the loss of material in transport. 7) Road Maintenance, Or Dust Abatement: The Charley Bone Road and dirt driveway may require watering once a day, or as needed to keep the dust levels to acceptable limits determined by COTR once hauling commences. 8) Waste disposal facility: A permitted facility for disposal of each type of debris/garbage described in 1, 3 and 4 of this section. 9) Reclamation: After removal of the debris, in any areas with significant disturbance to the ground surface in the cleared area the Contractor shall provide seeding or mulching to minimize erosion. 10) Cleared Area: The area cleared of debris/garbage will be performed with the appropriate tools/attachments to ensure minimal scaring to the ground surface. Sensitive riparian areas will be cleared using attachments necessary to assure minimal ground disturbance and increase sedimentation of material into Hat Creek while effectively removing identified debris. Services provided shall comply with industry standards and in accordance with 33 U.S.C. the Clean Water Act. All materials, application practices and operations shall be conducted in a manner meeting all Federal, and State standards. The performance site access road is a dirt/gravel combination and a dirt driveway. The Contractor will be responsible for all and any necessary highway permits for transporting waste and any dust abatement needed. PROPERTY PROTECTION: The Contractor shall be responsible for any and all damages incurred to the land, natural resources or improvements on any PDA property caused by the Contractor, employees or agents, whether the damage is a direct result of or incidental to Contractor operations. 1. Survey Monuments: Any property or land survey corners that may be in or adjacent to the unit, damaged or destroyed as a result of Contractor negligence will be restored by a licensed surveyor at the Contractor expense. 2. Roads: Road surfaces and water drainage facilities associated with roads used by, or damaged as a result of the Contractor's operations, shall be left in a functional condition prior to the close of operations at the Contractor expense. 3. Dust Control Measures: Contractor will have a water truck on-site in order to apply water to the roads/site as needed to reduce the creation of dust from traffic and to serve as a source of water for fire suppression, if necessary. 4. Fire Protection: An approved fire plan, and equipment, communications and services shall be provided as required for Fire Prevention and Suppression, as directed by the laws and regulations of the United States, the California State Department of Forestry and Fire Protection, Shasta County and the COTR, at the Pre-Work Conference. No smoking will be permitted on-site; if needed, smoking is confined to the interior of a vehicle with an ash disposal devise. 5. Personal Property of Owners: Protection of underground systems, septic tanks, water lines to residence. Disturbance of any residence's personal property, without prior written approval of the resident and the COTR shall constitute a breach of contract. Remedy and restitution are at the Contractor's expense. PROGRESS OF WORK: SANITATION: The Contractor is responsible for all trash, refuse, including body waste material and other potential pollutants upon the site, created by Contractor, employees or agents' activities. Prior to final acceptance and payment under the contract, the Contractor shall remove all trash, refuse, chemical toilets, etc. resulting from or a part of operations under this Contract. Such material shall be properly disposed of at a suitable and State approved sanitary disposal site at Contractor expense. The Contractor, crews and agents shall perform all operations in an organized and systematic manner consistent with the work plan submitted at the Pre-Work conference. There will be no deviations from or exceptions to the work plan unless specifically directed to do so by the CO or COTR. INSPECTION AND ACCEPTANCE OF WORK: The COTR will monitor and inspect all phases of Contractor's operations for the acceptability of work, materials and progress on a regular basis. The Contractor may observe any inspection made by the COTR. Contractor will be informed in writing, of any unacceptable work, materials, or progress in a timely manner, so the unacceptable condition can be rectified. UNSATISFACTORY WORK NOTICE: If, at any time, any measure for work falls outside the standards set forth in the Contract, the COTR will immediately notify the CO and Contractor in writing so the work quality issue can be brought within Contract specifications. If the quality of prior and current work, is not brought within the minimum acceptable standard within two workdays after receipt of notice, the Contractor's right to proceed may be stopped and the Contractor considered in breach of Contract. Repeated failures to perform work at or above the acceptable standard shall be considered sufficient reason for default action. SATISFACTORY WORK: Satisfactory works shall be determined by interim and final inspections conducted by the BIA. The criteria to determine satisfactory work under the Contract is defined as follows: Debris/Garbage Clearing: All debris/garbage/woody material is being separated, transported and cleared from 100% of the surface area. All work within the area is being performed with minimal ground surface damage. Significant disturbance to the ground surface in the cleared area shall require seeding or mulching to minimize erosion. COMPLETION OF WORK: Clearing Completed: When the clearing is completed the Contractor may request a Final Inspection of all work. The COTR will perform an inspection and approve or disapprove the work. Disapproval will include a checklist of items noted to bring the work into complete compliance. ATTACHMENTS: Maps and photos are available. All parties interested in receiving maps and on-site photos shall send an email requesting such with their mailing address to jodi.zachary@bia.gov. Copies will be sent to each requestor via Email. SITE VISIT: A formal site visit shall be conducted on TUESDAY, AUGUST 21, 2012 at 10am Pacific. All interested parties shall send an email to jodi.zachary@bia.gov confirming their attendance no later than NOON FRIDAY, AUGUST 17, 2012. If no emails are received, BIA WILL NOT send a representative out and the site visit will therefore be canceled. Interested parties SHALL NOT go onsite without a BIA representative. REQUIRED INSURANCE: The amount of the insurance shall be not less than $1 million each person, $1 million each occurrence and $1 million property damage. PROPOSED PERFORMANCE PERIOD: Upon award, the contractor shall complete all performance within (3) weeks unless otherwise coordinated with the BIA. Services shall be provided during normal work hours Monday through Friday from 8:00 AM to 4:30 PM, excluding federal holidays. Work scheduled to be mutually agreed upon between the COTR and Contractor. Request to change scheduled work hours shall be submitted in writing to the COTR. This contract shall include final inspections in the presence of the COTR. PRE-PERFORMANCE CONFERENCE: On the first day of performance, prior to the commencement of work, an onsite meeting shall held between Contractor and the Contracting Officer's Technical Rep (COTR). The purpose of this meeting will be to review the scope and responsibilities of all parties to the contract. REQUEST FOR PROPOSALS: (2) COMPLETE COPIES OF THE PROPOSAL MUST BE SENT. The Request for Proposal MUST include: 1) RFP Number, Due Date/Time specified for receipt of proposal, Company Name, Address, Point of Contact, Telephone number, Email Address, and acknowledgement of all solicitation amendments (if applicable); 2) For evaluation purposes, a detailed cost, breakdown with estimates, assumptions made, and other cost components which clearly show how the total amount was derived; 3) Three references for relevant work experience/past performance (At a minimum to include: Company, POC Name, Email, Phone #, Description of Work, Location, Awarded Performance Period, Actual Performance Period, Awarded Amount, and Amount of Contract Modifications); 5) Provide the names and resume of the individual who would be assigned as the Project Manager under this contract; 6) Provide a brief history and description of your firm to include any areas of specialization and other relevant information; 7). FAR 52.212-3, Representations and Certifications or printout from Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/; 8) Proposals shall be submitted in writing, dated and signed by an individual with the authority to bind their respective company; 9) Hourly Labor Rate Sheet; 10) Hourly Equipment Rental Rate Sheet; 11) Proposed Onsite Equipment list 12) Health and Safety plan; 12) Fire Suppression plan 13) Proposed Work Plan; 14) Current State of California license for Hazardous Cleanup; 15) Current Hazardous Substance Removal and Remedial Actions Certificate; 16) Current Motor Carrier Permit from DMV; 17) Current Hazardous Waste Transporter Certificate from the Department of Toxic Substances Control; 18) Current Hazardous Materials Transportation License from the Department of California Highway Patrol; 19) Current Hazardous Materials Certificate of Registration with the Department of Transportation; and 20) Current Contractors site workers Training certificates for 40 hour Hazardous Waste Operations and Emergency Response (OSHA 29 CFR 1910.120). IF AN OFFERORS PROPOSAL DOES NOT CONTAIN ALL OF THE ITEMS LISTED ABOVE, THE PROPOSAL MAY BE CONSIDERED INCOMPLETE FOR EVALUATION PURPOSES AND NO FURTHER CONSIDERATION WILL BE GIVEN TO THE OFFERORS PROPOSAL, THEREBY MAKING AN OFFEROR INELIGIBLE FOR AWARD. HEALTH AND SAFETY PLAN: The Contractor is responsible assuring the safety, within their control, of all persons entering the site for any purpose during Contract activities. Contractor shall provide a written Health and Safety Plan to the COTR at the Pre-Work Conference, with the following subject points: HEAT STRESS; PHYSICAL HAZARDS; BIOLOGICAL HAZARDS; FIRE PREVENTION; HAZARDOUS SUBSTANCES EXPOSURE; SITE LAYOUT AND CONTROL; SITE SAFETY OFFICER AND DAILY SAFETY MEETINGS; EMERGENCY SERVICES; HOSPITAL ROUTE; FIRE DEPARTMENT CONTACTS. The Contractor is responsible for providing any safety clothing and personal protective equipment, and assuring that they are properly used. Those exposed to high noise levels shall be provided, and trained in the proper use of suitable devices for protection of hearing. AMENDMENT(S): All amendments will be posted as a change to this combined synopsis/solicitation. It is the Contractors responsibility to check the site on a regular basis for updates. The Government will take no responsibility for contractors not viewing any amendment(s). PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the solicitation. LATE OFFERS: Request for Proposals or modification of proposals received after the exact time specified for receipt of proposals WILL NOT be considered. DISCUSSIONS: The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. AWARD: The Government will award to the lowest priced offeror, whose proposal conforms to the requirements herein, is most advantageous to the Government and determined technically acceptable. Quotations will be evaluated on a qualitative basis, with cost being most important. The factors used to evaluate proposals will be: (1) Price; (2) Adequate technical submittals; and (2) Relevant work experience/past performance. Technical acceptability will be determined in accordance with the following evaluation factors, based on information submitted in response to the solicitation. TECHNICAL CAPABILITY RATING: (1) ACCEPTABLE Proposal clearly meets the minimum requirements of the solicitation. (2) UNACCEPTABLE Proposal does not clearly meet the minimum requirements of the solicitation. PAST PERFORMANCE RATING: (1) ACCEPTABLE Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. RELEVANT EFFORT involved is within the past three years and involved much of the same magnitude of effort and complexities this solicitation requires. (2) UNACCEPTABLE Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. NOT RELEVANT EFFORT involved is not within the past three years and did not involve any of the magnitude of the effort and complexities the solicitation requires. Award is based on the proposal that meets the technical, past performance acceptability requirements and is the lowest price. To be awarded this contract, the contractor must be registered in the System for Award Management (SAM). SAM information may be found at https://www.sam.gov. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or https://www.acquisition.gov/far/. FAR 52.252-1 Solicitation Provisions incorporated by reference; FAR 52.212-1, Instructions to Offerors-Commercial Items, an addendum to this provision is applicable, in which the term offeror, whenever it appears, shall be replaced with the term quoter; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, along with a DUNS Number; FAR 52.212-4, Contract Terms and Conditions-Commercial Items not including any addenda; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders, Commercial Items; The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-15, 52.204-11, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33 and 52.233-3. The complete text of the Federal Acquisition Regulation (FAR) can be accessed at https://www.acquisition.gov/far/. (2) COMPLETE COPIES OF THE PROPOSAL MUST BE SENT. PROPOSALS ARE DUE NO LATER THAN 2:00 PM PACIFIC, AUGUST 31, 2012 at the U.S. DOI/Bureau of Indian Affairs, Pacific Region Acquisitions Office, Attn: Jodi R Zachary, 2800 Cottage Way Room W2820, Sacramento, CA 95825. Mailed quotations are acceptable. Contractors shall confirm proposal was received by closing date and time. Emailed and Faxed quotations WILL NOT be accepted. Please direct all questions (contractual and technical) in writing to the Contract Specialist, Ms. Jodi R. Zachary, at jodi.zachary@bia.gov. ORAL QUESTIONS OF A TECHNICAL NATURE ARE NOT ACCEPTABLE DUE TO THE POSSIBILITY OF MISUNDERSTANDING OR MISINTERPRETATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02103/listing.html)
 
Place of Performance
Address: Hat Creek, CA. Shasta County
Zip Code: 96040
 
Record
SN02828013-W 20120808/120806235107-3a61e7d2c0bc839d7fdf04075c3b5aef (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.