Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2017 FBO #5634
SPECIAL NOTICE

99 -- RIVERS PROJECT OFFICE VEGETATIVE MAINTENANCE INDUSTRY DAY

Notice Date
4/25/2017
 
Notice Type
Special Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District St. Louis, 1222 Spruce Street, Room 4.207, St. Louis, Missouri, 63103-2833, United States
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-17-Z-0009
 
Archive Date
5/24/2017
 
Point of Contact
Barrietta Killiebrew, Phone: 3143318514
 
E-Mail Address
barrietta.killiebrew@usace.army.mil
(barrietta.killiebrew@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RIVERS PROJECT VEGETATIVE MAINTENANCE INDUSTRY DAY The U.S. Army Corps of Engineers, St. Louis District will host a Vegetative Maintenance Industry Day event on Tuesday, May 09, 2017, for Small Business Contractors for the General Project Description listed below. The Rivers Project Office Vegetative Maintenance Industry Day event will be held within the classroom at the National Great Rivers Museum located at #2 Lock and Dam Way, East Alton, IL 62024. The event is free of charge. To register, please return the attached Registration Form by email to: matthew.j.chlibec@usace.army.mil no later than 4:00PM on Thursday, May 04, 2017. Pre-registration is required due to potential space limitations. Attendance is limited to four (4) representatives per company. RIVERS PROJECT Vegetative Maintenance INDUSTRY DAY - May 09, 2017: 8:00 a.m. to 2:00 p.m. The Vegetative Maintenance Industry Day event provides an opportunity to learn about this project and assist in the improvement of the Plans and Specifications. This event provides small business contractors an opportunity to take a critical look at how the project features are proposed to be laid out and allows for feedback that could result in a reduction in cost, improve and reduce schedule risk, and provide firsthand experience on best practice methods. General Project Description The work covered by this contract and its respective task orders against this contract consist of furnishing all labor, equipment, operators, supervision, supplies and materials and incidentals necessary to perform vegetative management for Rivers Project, St. Louis District on U.S. Government Lands and/or U.S. Government Sponsored work to perform mowing and turf maintenance, vegetation control, mowing, trimming, herbicide application, seeding, fertilizer application, tree installation and maintenance, debris removal, and snow and ice removal services as specified in accordance with the performance-based contract specifications. The primary contract areas consist of alluvial floodplains, lock and dams, recreational sites, and watersheds in the following Missouri Counties of Ralls, Pike, Lincoln, St. Charles, St. Louis, Franklin, Jefferson, Ste. Genevieve, Perry, Cape Girardeau, Scott, and Mississippi, and Illinois Counties of Pike, Calhoun, Cass, Scott, Greene, Jersey, Madison, St. Clair, Monroe, Randolph, Jackson, Union and Alexander. Contract areas will be specified within each task order. The event will also include a question and answer workshop and one-on-one private sessions with a Government team. Questions to Industry: The Government is seeking industry feedback on the project information which will be discussed on May 09, 2017. Small Business Contractors, regardless of event attendance, are encouraged to voluntarily submit written responses, constructive input, or additional questions. Responses may be submitted prior to, during or after the event. Please send advance responses to: Barrietta.Killiebrew@usace.amry.mil Responses are intended to initiate discussion during a facilitated, group question and answer session. Work Statement: Typical work includes, but not limited to, mowing, trimming and edging; herbicide application; rodent control; seed and fertilizer application; turf aeration; maintenance of vegetation/landscape beds; irrigation system operation and maintenance; river exhibit operation and maintenance; ground preparation thru the use of disking/tilling and ground harrowing/cultipacking; forestry mulching and wood chipping, snow/ice removal with salt application; supply and installation of various miscellaneous materials; vegetation clearing and removal; flood debris removal; tree maintenance. The contractor shall be available for typical operations utilizing an 8 hour work day during daylight hours Monday through Friday. During emergencies as deemed by the Contracting Officer the contractor may be required to perform services after hours Monday through Friday and on Saturday or Sunday. The contract duration shall be 5 Years with individual task/delivery orders to be issued at the discretion of the contracting officer. The contractor shall have the capabilities of working and providing services at multiple locations within the contract limits simultaneously. Five main areas or types of work included within the contract: a. Vegetative Maintenance at Facilities, Fields, Levee's, Recreational Sites to include: turf maintenance, mowing, trimming, edging, turf aeration, seed and fertilizer application, herbicide application. b. Forestry/Woody Vegetation/Flood Debris eradication: forestry mulching/wood chipping, vegetation clearing/removal of woody growth, and Flood Debris Removal. c. Operation and Maintenance of irrigation systems and/or water features. d. Snow and Ice Removal w/ Salt Application e. Rodent and Pest Control (Insecticide Spraying, Rodent Trapping) A draft of the Statement of Work is attached to this announcement. Questions associated with the draft statement of work will be addressed during the question and answer section. One-on-one Sessions: Please indicate on the Registration Form if you would like to sign up for a one-on-one session. Please be prepared to discuss the questions below, which will be used to guide the discussions. 1. Do you foresee any issues completing Non-Selective Type IV Herbicide Application which requires a contractor provided vessel and herbicide application from water vessel of trail dikes, berms, coffer dam(s), shorelines, etc. What type of equipment would you anticipate for this type of work and do you feel that this is adequately provided for in the specifications? 2. Vegetative Maintenance is required for this contract for 100% completion at specific areas each scheduled occurrence and miscellaneous areas in which specific units required are to be determined and negotiated as applicable prior to task order issuance. Complete Vegetative Maintenance at specific areas will be scheduled at periodic intervals during the growth season based on availability of funds, do you have any comments or feedback associated with this method? Is there a minimum size area for vegetative maintenance at miscellaneous areas which would include mowing, trimming, edging that is more cost effective? What equipment/methods do you have available and anticipate using on this contract to perform mowing, trimming, edging, etc? 3. Herbicide application is required for this contract. Is there a minimum size area for herbicide application that is more cost effective? What equipment/methods do you have available and anticipate using on this contract to perform herbicide application? Do you have qualified herbicide operators available and how would you manage daily oversight to ensure non-target areas are avoided with herbicide application? 4. Cost associated with Mobilization and Demobilization of equipment when performing vegetative maintenance for specific areas which require 100% completion should be included within the line item for each scheduled performance. Mobilization and Demobilization of equipment for vegetative maintenance at miscellaneous areas is to be determined and negotiated each task order once the requirements and locations are known. What methods does your company use and what is industry standard for charging mobilization and demobilization of equipment and personnel to miscellaneous locations to perform work. 5. What is industry standard and how does your company typically contract or charge for snow and ice removal on a seasonal maintenance contract basis when quantity of inclement weather events which will require performance are unknown? Do you typically bid a lump sum cost for performance for an entire season or bid on performance for each event? If broke down, to what detail are your cost for equipment, personnel, and materials divided and how are they charged each event? 6. As part of this contract, contractor may be required to perform flood debris removal on an as needed basis and such requirements shall be specified within the task order when the need arises. Current line items within the contract for performance of flood debris removal include wood chippers, tub grinders, compact track loaders, mini-excavators, and highway truck with dump. Do you anticipate any other equipment requirements that would be required or desired for performance of flood debris removal which should be made part of the contract? 7. This contract includes requirements for Forestry/Woody Vegetation eradication to include forestry mulching, wood chipping, tub grinding, vegetation clearing, and removal of woody growth. What equipment/methods do you have available and anticipate using on this contract to perform this service? 8. What other feedback would you like to provide for consideration to improve the services of this contract? Capability Statements: Interested parties, regardless of event attendance, are invited to submit capability statements for market research purposes and acquisition strategy planning (5-page limit). A recommended outline is attached. Please submit capability statements to Corps Contracting Division Representatives at the event, by email to: Barrietta.Killiebrew@usace.army.mil or mail to: Contracting Division, Attn: Barrietta Killiebrew, USACE -Rivers Project Office, 301 Riverlands Way, West Alton, IL 63386-1704. This notice does not constitute a solicitation. This announcement and the Vegetative Maintenance Industry Day event are for planning purposes only. The acquisition strategy for this proposed project has not yet been developed. Response to this notice is strictly voluntary. The Government will not reimburse any party attending or participating for costs incurred for this event or marketing efforts. DISCLOSURE NOTIFICATION AND PROCEDURES Please do not submit proprietary information. Any information provided may be incorporated into the design of the project. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act. Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice. - Industry Day Session: The Agenda, Slides, and Sign-In Sheet will be posted to the website following the event. - One on One Sessions: The government will not reveal or post information discussed during the one-on-one sessions. To ensure bid fairness, the government will not reveal or post proprietary data, company identification and trade secrets.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/74b98a454d2b19eb3938e88587050a7b)
 
Place of Performance
Address: National Great Rivers Museum located at, #2 Lock and Dam Way, EAST ALTON, Illinois, 62024, United States
Zip Code: 62024
 
Record
SN04484202-W 20170427/170425234348-74b98a454d2b19eb3938e88587050a7b (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.