MODIFICATION
P -- Debris Removal - Amendment 1 - Package #2 - Amendment 2 - Amendment 3
- Notice Date
- 3/1/2018
- Notice Type
- Modification/Amendment
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Base New Orleans, 4640 Urquhart Street, New Orleans, Louisiana, 70117-4698, United States
- ZIP Code
- 70117-4698
- Solicitation Number
- 2118298QPS120
- Archive Date
- 4/3/2018
- Point of Contact
- Clarence Henshaw, Phone: 5042534509, Lynn P. Charles, Phone: 5042534508
- E-Mail Address
-
clarence.henshaw@uscg.mil, Lynn.P.Charles2@uscg.mil
(clarence.henshaw@uscg.mil, Lynn.P.Charles2@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor's Request for Clarification.form Revised Scope of Work Far Clauses Wage and Determinationation This is a combined synopsis/solicitation for services 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 is issued. The solicitation number is 2118298QPS120. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2007. This acquisition is Small Business Set Aside. The NAICS is 562119. The contract type will be a firm fixed price purchase order. The government proposes to solicit from the attached scope of work. Federal Acquisition Regulation (FAR) Clauses and Department of Labor Wage Rates for Services are included in this order and are applicable. Vendors doing business with the Coast Guard must be registered or be willing to register with the System Award Management at www.SAM.gov. Please Fax or Email all quotes to Clarence Henshaw Jr. (504) 253-4509 clarence.henshaw@uscg.mil. If you have any questions pertaining to the please use the contractors request for clarification form. Submit all forms prior to the site visit to Mr. C. Henshaw Jr. at clarence.henshaw@uscg.mil. This solicitation will be will be evaluated by the following criteria: Past Performance, Response time, Price. Evaluation Process: Lowest Price Technically Acceptable. 52.237-1 : Site visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to 52satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award 52.237-1 site visit The Government will award a contract resulting from this Request for Quote (RFQ) to the responsible offeror whose offer conforming to the RFQ is the Lowest Price Technically Acceptable (LPTA) quote. The lowest price quote will be evaluated on technical acceptability. If it is found to be acceptable, an award will be made. If it is found to be unacceptable, the next lowest price will be evaluated. This process will continue until a technically acceptable offer is identified; not all offers will be evaluated. Please Fax or Email all quotes to Clarence Henshaw Jr. (504) 253-4509 clarence.henshaw@uscg.mil Scope of Work for Hurricane Nate Debris Removal for U.S. Coast Guard Sector Mobile 1500 15th St Mobile, AL 36615 1. INTRODUCTION This statement of work pertains to the removal of debris that poses an immediate threat to improved property, public health and/or safety as required under Section 403(a)(3) of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act) as amended. 2. DESCRIPTION OF SERVICES The contractor shall provide all management, tools, supplies, equipment, labor, and applicable licenses and permits necessary to ensure that debris removal and disposal services are performed in a manner that will restore a safe and environmentally sound condition to the site. Debris management deals with debris collection, transportation, and disposal. Debris management proposals must take into account the special treatment of hazardous waste, as well as the environmental implications related to debris management. Contractors must obtain all applicable rights of way; provide all applicable training to personnel; ensure the proper certification of all equipment; provide all applicable safety measures; locate and avoid all utility installations, public or private, that may be impacted by their operations; avoid causing damage to all cultural and natural resources and critical habitat; and provide for the observation of all other applicable State or Federal regulatory requirements. a. Classification of Debris; Examples of debris to be removed and disposed include the following: (1) Debris subject to putrefaction, such as animal corpses and food remnants. (2) Vegetation such as leaves, branches, uprooted shrubs, and trees. (3) Construction debris such as asphalt, blinds, brick, carpet, concrete, drywall, electrical wires, lamps, glass, insulation materials, copper, steel, aluminum, tile, pipe, plastic, vinyl, wood, and other building material. (4) Personal items such as books, papers, clothing, all valuables, and cooking utensils. (5) Vehicles, boats, or other motorized equipment. (6) Firearms, ammunition, explosives, and any other weapons. (7) Household or office items such as appliances, furniture, computer equipment, and telephones. (8) Hazardous wastes as found onsite in the immediate area of bulk debris such as biomedical wastes, cleaning agents, combustibles, explosives, fertilizers, oils, paints, pesticides, and solvents.   b. Contractors must provide documentation of debris removal and the identification of debris by type and amount removed as well as post debris removal documentation. c. The sorting of the collected debris into non-hazardous waste, appliances (white waste), electronic waste (e waste), household hazardous waste, and other hazardous waste (tanks and drums) into separate, transportable containers suitable for over-the-road transportation of hazardous and non-hazardous waste, such sorting and handling to be accomplished by personnel with appropriate training under applicable DOT/OSHA regulations. (1) The disposal of all hazardous and non-hazardous wastes by approved disposal methods, including obtaining all applicable permits (Federal and State) for the transportation and disposal of hazardous and non-hazardous wastes. Hazardous waste items (orphan tanks, drums, household hazardous wastes, etc.) have top priority for removal. Contractor must use standard procedures for identifying and conducting removals of known and potential hazardous materials, using qualified personnel and approved procedures. All hazardous materials will be removed from debris fields prior to the application of gross removal methods. The contractor is responsible for obtaining all hazardous waste hauling and disposal permits and will execute all required hazardous waster manifesting requirements. (2) Disposal and temporary accumulation points: The contractor shall use approved hauling routes as designated by local/state/federal authorities. Temporary accumulation points must be approved by US Coast Guard Sector Mobile Engineer Officer, CWO Childers, and US Coast Guard Sector Mobile Unit Safety and Environmental Health Specialist as identified. In order to prevent problems with traffic, noise, wear and tear on roads, or other problems having the potential to adversely affect health, safety, or the environment, the Engineer Officer reserves the right to regulate routes, intervals, delivery points, and times for collection. The landing of all collected debris to temporary staging areas is the responsibility of the contractor and shall be vetted thru the Engineer Officer during the staging of equipment prior to contract commencement. (3) The contractor will stage recovered household hazardous waste identified during the clean-up and must be segregated and transported to an approved disposal site. (4) If the contractor discovers firearms, ammunitions, explosives, and valuables, the contractor must cease operation in the immediate area, protect the discovery, and notify Sector Mobile Engineer Officer and the local County Sheriff's Office. (5) The contractor must contain or enclose all debris to prevent leaking, spilling, or loss of debris, liquids, or dusts during transport. (6) The contractor must dispose of all debris collected in an authorized landfill or transfer station. Disposal by burning is not allowed. The contractor shall provide the government evaluator with a copy of each dump receipt daily and with copies of all hazardous waste manifests. (7) Recycling is encouraged for both waste reduction and cost reduction purposes. Debris by-products have been used in many recycling efforts such as compost for nurseries, wood chipping for soil cover, erosion protection for shorelines and drainage areas, fill for land reclamation, and as reinforcing cover in sanitary landfills. (8). Upon completion of the debris removal, the contractor will repair all areas damaged by contractor vehicles/equipment to meet the appearance of the surrounding area. 3. EMERGENCIES OR SPECIAL EVENT SERVICES a. Contractor will provide a 24/7 emergency contact telephone number for all sites to USCG Sector Mobile. U.S. Coast Guard Sector Mobile (FOSC) and Contractor may temporarily suspend work upon mutual agreement. b. Contractor must provide transportation around the contracted area for U.S. Coast Guard personnel and vested parties identified by the U.S. Coast Guard. 4. ENVIRONMENTALLY SENSITIVE AREAS: a. Removals from and work in Environmentally Sensitive Areas (ESA), as identified by the State of Alabama located within the marine debris removal area of this contract, must be conducted in a manner that minimizes impacts to natural resources in accordance with an Army Corps of Engineers permit. During salvage and removal operations, the contractor shall be capable of cleaning a spill of oil or oily residues from containers, vehicles, or equipment such as might be present when a vehicle or vessel is demolished on-site. Additionally, debris removal actions shall be coordinated with Federal and State natural resource trustees to minimize the impact to natural, historical, or cultural resources. c. Any species of fish or wildlife injured or killed during debris removal activities, or discovery of these resources during operations, must be reported to the appropriate trustee agency for proper determination and action. 5. CONTRACTOR EMPLOYEE ACCESS AND SECURITY: a. As prescribed in 48 CFR 3004.470-3(b), Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of criminal background investigations to determine suitability. The Contracting Officer may require the Contractor to prohibit individuals from working on the contract if the Government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. b. Each individual employed under the contract shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by a Permanent Resident Card (USCIS I-551). Any exceptions must be approved by the Department's Chief Security Officer or designee. c. Contractor employees must be vetted by the Contracting Officer/Security Manager at least 72 hours in advance of base access. The following information must be provided in writing: Company; Onsite supervisor's name and contact information; Full name of employee; Date of birth; Government issued ID by type, number and state (AL driver's license number 1234567); dates needing base access. d. Contractor should anticipate certain notification and reporting requirements, preparation of forms, and lists for identification of employees and their vehicles, entry restrictions, key/lock control, and compliance with all base traffic rules and regulations. All Contracting vehicles (company and individually owned) and personnel may be searched by Security Forces when entering or located on the Base and may experience delays. All personnel entering Sector Mobile must have on their possession a valid GOVERNMENT issued photo ID per Base Security requirements. Such ID must be kept on person at all times, even while performing work tasks. All vehicles entering the base must have current/valid registrations, current/valid insurance and current/valid driver's license for the Operator. All drivers must comply with all Sector Mobile driving requirements (speed limits, seatbelt usage, cell phone usage, etc.). Contractors while within Sector Mobile shall comply with Base regulations/policies pertaining to "NO FIREARMS" and "NO ILLEGAL DRUGS" on Base. e. The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. 6. PRE-QUOTATION REQUIREMENT(S): (1) Due to the high potential for confusion and extensive nature of the work a contractor site visit is required prior to quotation. The unit POC is CWO Mark Childers and can be contacted at the following: (251) 298-0875 (cell); (251) 441-6009 (desk) or email at mark.w.childers@uscg.mil to set up a visit at CG Sector Mobile 1500 15th St. Mobile, AL 36615.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCNO/2118298QPS120/listing.html)
- Place of Performance
- Address: USCG Sector Mobile, 1500 15th St., Mobile, Alabama, 36615-1300, United States
- Zip Code: 36615-1300
- Zip Code: 36615-1300
- Record
- SN04839938-W 20180303/180301231609-c94553540570ea172bb9d3513e643f5f (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 |