SPECIAL NOTICE
X -- The Los Angeles District of the U.S. Army Corps of Engineers (Corps) is accepting proposals for spoils material removal, on a competitive basis, at Sante Fe Flood Control Basin. Offers are due 12:00 noon Wednesday, May 21, 2014.
- Notice Date
- 5/6/2014
- Notice Type
- Special Notice
- NAICS
- 212321
— Construction Sand and Gravel Mining
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- DACW099140102
- Archive Date
- 5/6/2015
- Point of Contact
- Elena Egger, 213-452-3160
- E-Mail Address
-
USACE District, Los Angeles
(elena.eggers@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The full version of this Notice is available on the Corps' Public Website at: http://www.spl.usace.army.mil/Media/PublicNotices.aspx The instructions in the full version, with attachements, must be reviewed and completed. DEPARTMENT OF THE ARMY U.S. ARMY CORPS OF ENGINEERS LOS ANGELES DISTRICT APPLICATION INFORMATION PACKAGE FOR SPOILS MATERIAL REMOVAL SANTE FE FLOOD CONTROL BASIN LOS ANGELES COUNTY IRWINDALE, CALIFORNIA MAY 6, 2014 - MAY 21, 2014 INSTRUCTIONS TO RESPONDENTS I. INTRODUCTION A. General. The Los Angeles District of the U.S. Army Corps of Engineers (Corps) is accepting proposals for spoils material removal, on a competitive basis, at Sante Fe Flood Control Basin. The terms and conditions of this Notice Of Availability are designed to attain this objective for the removal herein offered by an easement on a basis which will be fair and equitable to the Grantee and to the general public throughout the term of the proposed easement. II. SITE & FACILITY INFORMATION A. Location. Santa Fe Flood Control Basin, Irwindale, California described as approximately 500,000 cubic yards of sediment within a 5 acre area of the basin located west of the San Gabriel riverbed, east of the 605 Freeway and south of the lands currently being used as spreading grounds. B. Lands. The lands available for use are located within the 5 acre area of the basin as shown in Exhibit B. C. Obtaining application materials. 1. Applicants may view the Notice of Availability describing the lands, removal and details of the easement requirements through May 21, 2014. To obtain one copy by mail, free of charge, please contact Mr. Melvin Meneses at 213-452-3720. Please allow 5 to 7 working days for delivery. III. REQUESTS FOR ADDITIONAL TECHNICAL OR SUBSTANTIVE INFORMATION If you have any questions, whether pertaining to the application process of the Notice of Availability, or whether regarding the spoils material or project site, please contact Mr. Melvin Meneses at 213-452-3720, Melvin.M.Meneses@usace.army.mil. All requests for information or clarification regarding either the application or the spoils material site must be submitted in writing and received no later than 4:00 p.m. PST, May 14, 2014. This Notice is available on the Corps' Public Website at: http://www.spl.usace.army.mil/Media/PublicNotices.aspx NOTICE OF AVAILABILITY FOR EASEMENT NO. DACW09-9-14-0102 GOVERNMENT OWNED REAL PROPERTY FOR REMOVAL OF SPOILS MATERIAL SANTA FE FLOOD CONTROL BASIN, IRWINDALE, LOS ANGELES COUNTY, CALIFORNIA Sealed offers subject to the terms and conditions set forth herein, for the use of property of the United States listed in the Notice of Availability, will be received until the time, date, and at the place indicated below either by mail or in person: SEALED OFFERS ARE TO BE MARKED AND ADDRESSED AS FOLLOWS: RETURN ADDRESS: (Name and address of Respondent) TO: REMOVAL OF SPOILS MATERIAL EASEMENT OFFER U.S. ARMY CORPS OF ENGINEERS ATTN: ASSET MANGEMENT DIVISION 915 WILSHIRE BLVD, SUITE 930 LOS ANGELES, CA 90017 (NOTE: A Government issued I.D. is required for access to the District Office (e.g. State/Military ID or Drivers License). For a Map to the District Office, see Exhibit A. PROPERTY LOCATION: Santa Fe Flood Control Basin, Irwindale, California described as approximately 500,000 cubic yards of sediment within a 5 acre area of the basin located west of the San Gabriel riverbed, east of the 605 Freeway and south of the lands currently being used as spreading grounds. PROPERTY VISITATION: Respondents may visit and inspect the site on Tuesday, May 15, 2014, from 10:00 a.m. until 2:00 p.m. OFFERS DEADLINE: 12:00 noon Wednesday, May 21, 2014 TIME OF OPENING: 1:00 p.m. Wednesday, May 21, 2014 OFFER DEPOSIT: Equivalent to twenty-five percent (25%) of the annual amount offered ISSUED BY: Department of the Army, Los Angeles District, Corps of Engineers POINT OF CONTACT Mr. Melvin Meneses: 213-452-3720 or Melvin.M.Meneses@usace.army.mil AUTHORITY: The authority for granting this easement is Title 10, U.S.C., Section 2668. The successful respondent will be required to enter into an easement with the United States. A sample of the easement required by the Government is attached. The easement will be subject to any existing easements for electric power transmission lines, telephone or telegraph lines, water, gas, gasoline, oil, or sewer pipelines, or other facilities located on the property covered by said easement. TERM: The term of the easement will be for 1 year, beginning June 1, 2014, and ending May 30, 2015 and is revocable at will by the Secretary of the Army. The term of the easement may be extended for an additional term at the discretion of the Asset Management Contracting Officer, U.S. Army Corps of Engineers. EASEMENT PROPERTY: a. Detailed maps of the easement areas may be obtained from the Corps of Engineers, Asset Management Division, Civil Works Branch during normal business hours. b. The description of the property and the map are believed to be correct, but any error or omission in the description of the property or on the map shall not constitute any ground or reason for nonperformance of the provisions and conditions of the easement or claim by the grantee for any refund or deduction from rental. c. Grantees will be responsible to familiarize themselves with the location of all boundary markers and survey monuments. It will be their responsibility to see that they are not disturbed during the operations of the easement area. SERVICES: The grantee may, at the discretion of the Asset Management Contracting Officer, be authorized to perform services in lieu of cash rental. Services may include, but are not limited to, replacement/repair of fencing and access gates, asphalt paving of roads, herbicide application, and sediment surveys. Services in lieu of cash rental must be agreed to in advance and documented in the easement or a Supplemental Agreement signed by all parties. Services approved and performed in lieu of cash rentals must be completed and accepted by the Government prior to June 1 each year of the current easement. In the event of termination, the Grantee shall not be reimbursed for services performed in advance of the year in which termination occurs. NOTICE: Some of the areas may have access only through privately owned property and the Government cannot guarantee ingress and egress to the land. The areas are subject to compatible wildlife management activities performed by project personnel. The land may be flooded at any time due to project operations. Prospective grantees should be prepared to move their personal property to privately-owned higher ground during periods of flooding. Grantees shall have no claim against the United States for damages of any character on account thereof. CASH RENT OFFERS: Cash rent must be in whole dollars. Any offer submitted in an amount other than in whole dollars will be rounded down to the nearest whole dollar. INSTRUCTIONS TO RESPONDENTS 1. OFFERS SUBJECT TO THESE TERMS. All offers submitted shall be deemed to have been made with full knowledge of all the terms herein contained. Respondents are expected to inspect the property and form their own conclusions as to its suitability for the stated purposes. Failure to make such inspection will not constitute grounds for any claim for adjustment or for the withdrawal of the offer after the time of opening offers. Respondents may visit and inspect the site on Tuesday, May 15, 2014, from 10:00 a.m. until 2:00 p.m. The Government makes no guaranty or warranty, either expressed or implied, with respect to the property. 2. OFFER FORMAT. Offers must be submitted in the format provided in the Notice listed on the Corps' Public Website at: http://www.spl.usace.army.mil/Media/PublicNotices.aspx (pages 14 thru 18). (Page 15 must be submitted if you are submitting as a corporate entity. Page 16 must be submitted if you are submitting your offer as a governmental entity. Page 17 must be submitted if you are submitting your offer as a partnership.) For the offer to be valid, a completed Request for Grantee Social Security Number and/or Taxpayer ID Number form on page 18 must be included with your offer. The Corps of Engineers requires each person doing business with the agency to furnish such person's taxpayer identification number. This information is mandatory under the Debt Collection Improvement Act of 1996, Public Law 104-134, April 26, 1996, 110 Stat 1321-358. The agency intent is to use such number for purpose of collecting and reporting on any delinquent amounts arising out of such person's relationship with the Government. Failure to provide accurate information may result in your easement request being denied. 3. EXECUTION OF OFFERS. Each offer must give the full address of the responder and be signed with the responder's usual signature. Any additional sheets shall be identified with the responder's name. An offer executed by an agent on behalf of the responder shall be accompanied by an authenticated copy of the power of attorney, or other evidence of authority. If the responder is a corporation, the Certificate of Corporate Responder must be executed. If the offer is signed by the secretary of the corporation, the Certificate must be executed by another officer of the corporation. In lieu of the Certificate, records of the corporation which show the authority of the officer signing, and which the secretary or assistant secretary, under the corporate seal, certifies to be true copies, must be attached. 4. DEPOSIT REQUIRED. No offer will be considered without a deposit approximately equal to and not less than twenty-five percent (25%) of the annual rental offered, to guarantee that the responder will enter into a written easement and pay the balance of the rental due within thirty (30) days after receipt of written notice of acceptance of his/her offer and a draft of easement for execution. Such guarantee must be in the form of a money order or check, payable to the quote mark Finance and Accounting Officer, LAD quote mark. The deposits of unsuccessful responders will be returned, as promptly as possible, after rejection. However, in the event of default by any responder, that responder's deposit may be applied by the Government to any Government loss, cost and expense occasioned thereby, including any incurred in outgranting the property by an easement and any difference between the rental for another easement, if the latter amount is less. The responder is liable for the full amount of damages sustained by the Government because of his/her default; such liability is not limited to the amount of the responder's deposit. 5. SUBMISSION OF OFFERS. It will be the duty of each responder to have the offer delivered by the time and at the place prescribed in the Notice of Availability for Easement. Offers will be securely kept, unopened. No responsibility will attach for the premature opening of an offer not properly addressed and identified. 6. LATE OFFERS, MODIFICATION OR WITHDRAWAL OF OFFERS. The person whose duty it is to open the offers will decide when withdrawals of an offer will be considered. Offers may be modified or withdrawn only by written requests received from respondents prior to the time fixed for opening. Negligence in preparing the offer confers no right to withdraw the offer after it has been opened. Offers, modifications, or withdrawals received after the time fixed for opening and before award is made will be considered if sent by registered mail not later that the 7th calendar day prior to the date specified for receipt of offers or if sent by mail and it is determined by the Government that the late receipt was due solely to mishandling by the Government after receipt at the Government installation. 7. OPENING OF OFFERS. At the time fixed for the opening, offer contents may be made public. Any information submitted in support of the offer will, upon request, be held in strict confidence by the United States, if disclosure might tend to subject the responder to a competitive business disadvantage. 8. AWARD OF EASEMENT. Easements will be awarded to the highest and/or best responder who is responsive to this Notice of Availability for Easement, provided that the responder is responsible, the responder is reasonable, and it is in the interest of the United States to accept it. 9. PROCEDURE FOR AWARD. a. Following the opening, the Government may require any responder to furnish additional evidence of financial condition, ability to assume the obligations and responsibilities imposed by the easement, and other information the Government considers desirable. Failure to submit this information in 30 days or such other reasonable time as the Asset Management Contracting Officer specifies may be the basis for rejecting the offer. b. The easement will be awarded to the responder who offers the highest and/or best fixed annual rental and whom the Real Estate Contracting Officer determines to be fully qualified financially, by experience, character and otherwise to furnish the facilities and services determined to be necessary to adequately serve the public demand at the proposed site. 10. ACCEPTANCE OF OFFERS. All offers will remain open for acceptance or rejection for 30 days from the date of opening. Notice of award will be given as soon as practicable to the successful responder personally, to a duly authorized representative, or in writing to the responder at the address indicated in the offer. 11. REJECTION OF OFFERS. The right is reserved, as the interests of the Government may require, to reject at any time any and all offers, to waive any informality in offers received, and to accept or reject any items of any offer unless such offer is qualified by specific limitation. 12. DEFAULT. In the event that the successful responder fails to enter into an easement within thirty (30) days after receipt of Government notification that his/her offer has been accepted and receipt of a draft lease for execution, or in the event that the successful responder fails to otherwise comply with the terms of this Notice of Availability, the Government may declare the responder in default and retain the deposit as liquidated damages. 13. ADDITIONAL INFORMATION. Any additional information may be obtained from the Asset Management Division, Civil Work Branch.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/DACW099140102/listing.html)
- Record
- SN03357697-W 20140508/140506234253-4c80c768d5ae21672739124c4aa327fa (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 |