Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2020 SAM #6719
SOLICITATION NOTICE

P -- Canal Point BLDG Demo

Notice Date
4/20/2020 11:20:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B20-996757
 
Response Due
5/1/2020 2:00:00 PM
 
Archive Date
05/16/2020
 
Point of Contact
Lynn S. Hults, Phone: 9792609376
 
E-Mail Address
lynn.hults@usda.gov
(lynn.hults@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12405B20-996757 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 238910 (Site Preparation Contractors), with a small business size standard of $15 Million. Specifications: With the following minimum specifications: Statement of Work: See Attached. STATEMENT OF WORK Demolish Maxson Residence 12950 North US Highway 441 Canal Point, FL 33438 PROJECT: � Project Title: Demolish Maxson Residence, Canal Point, FL 2.0������ PROJECT CONTACT PERSONS: CONTRACTING OFFICER (CO):����� ������ ����������������������������������������Email: lynn.hults@usda.gov Lynn Hults USDA, ARS, SEA, APD 2775 F & B Road College Station, TX 77845 Phone: (979) 260-9220 CONTRACTING OFFICER�S REPRESENTATIVE (COR)�������������� Email To be assigned when contract is created. ADMINISTRATIVE OFFICER (AO)�������������������������������������������� Email: audra.macnaught@usda.gov������������ Audra E MacNaught USDA, ARS, Sugarcane Field Station 12990 U.S. HWY 441 CANAL POINT, FL 33438 Phone: (561) 924-5227 ext. 109 Fax: (561) 924-6109 AREA SAFETY AND HEALTH MANAGER (ASHM):�� ��������������� Email: darrell.williamson@usda.gov�� Darrell Williamson USDA, ARS, SEA Jamie Whitten Delta States Research Center 141 Experiment Station Road Stoneville MS� 38776 Phone: (662) 686-5343 ENGINEERING PROJECT MANAGER (EPM)�������������������������������� Email: ������������ Vanessa Edwards Contract Engineer Phone: (706) 546-3190 ����������������������������������������������� 3.0. SCOPE OF SERVICES: The Contractor shall provide all professional services necessary for the accomplishment of the contract project and such required services shall be in accordance with requirements as described herein. The Contractor shall provide services for the following tasks marked by an �X�: [X]����������� Provide a technical and cost proposal to complete the project as per project requirements. [X]����������� Complete the project as per project requirements. The Scope includes the demolition and removal of the building, including slabs, foundations and utilities in their entirety. 4.0 PROJECT REQUIREMENTS: � The Contractor shall furnish a technical and cost proposal to provide services for the demolition and disposal of the building located at 12950 U.S. HWY 441, Canal Point, FL 33438. The Contractor will work with site personnel to ensure project is accomplished in a timely manner.� � ��The Contractor�s work shall adhere to the criteria stated within these project requirements and specifications.� Davis Bacon Wage Rates apply to all construction contracts in excess of $2,000.� Employee payroll logs for the project will be required to verify wage rates are being adhered to. � Projects in excess of $150,000 will require a bid bond.� Additional, Payment and Performance bonds will be required for projects exceeding $35,000.� Obtaining and the cost of these bonds is the responsibility of the Contractor.� Proof of Insurance is also required. 4.1 Bid Schedule: � �The Base Bid shall include all work described in 4.2 Description of Work. � 4.2 � Description of Work: The project is to demolish the Maxson residence in its entirety.� The building is approximately 1,324 sf (48� x 28�), is of concrete block exterior construction, has wood frame interior walls, shingle roofing and roll roofing on flat sections, sits on a concrete slab, and has a piling foundation system.� The house was constructed in 1954.� All foundations and attached parts and connections shall be entirely removed.� Completely demolish and remove building, structures and utilities, including all appurtenances related or connected thereto. Demolition shall include removing the building, foundations, footings, steps, water line, A/C unit, appliances, electrical, telephone and cable service. �During demolition, provide safeguards, including warning signs, barricades, temporary fences, warning lights, and other similar items that are required for protection of all personnel during demolition and removal operations. Maintain fences, barricades, lights, and other similar items around exposed excavations until such excavations have been completely filled. Contractor shall inspect the site and buildings to complete an assessment for demolition before the demolition starts.� Contractor shall determine where debris will be disposed of and what containers and methods will be used for demolition debris. Contractor is responsible for testing for asbestos and lead-based paint.� If any hazardous materials are found, Contractor shall remediate materials in accordance with federal and state regulations.�� Contractor is responsible to coordinate with Florida Power and Light (FPL) (800-226-3545) and schedule the removal of the electric meter and overhead wiring.� Contractor shall remove the water line between the residence and the water meter.� The Contractor is responsible for contacting and coordinating with the Palm Beach County Water Utilities Department for the removal of the meter and water line between the water main and meter.� The Contractor is responsible for all fees and costs associated with the removals. �Remaining landscape after demolition shall be leveled with top soil and shall be placed and spread to the thickness of the surrounding area.� The Contractor shall hydroseed the bare work areas consisting of applying a mixture of wood fiber, Bahia seed, fertilizer, and stabilizing emulsion with hydro-mulch equipment, followed by applying water in a fine spray by nozzles in such a manner and extent that erosion will not occur.� Any trees that are damaged by the Contractor shall be repaired and treated accordingly. All broken limbs shall be sawed off evenly and cut faces painted with an appropriate compound. All repairs and treatments shall be done in accordance with the forestry regulations of the authority having jurisdiction and at Contractor's expense.� On completion of work, leave site in clean condition. All furniture, equipment, material and debris shall be removed and disposed of by the Contractor. Contractor shall perform a metal sweep of the restored demolition site and the roads used to haul the demolished material offsite. � 4.2.1 Existing Septic Tank: a.�� The Contractor shall remove the septic tank, dispose of it properly, backfill the hole with clean sand or other suitable material, and completely cover with soil. 4.3���� Pre-Construction Phase Services: � Pre-Construction Submittals Prior to Construction Notice to Proceed (NTP) the following submittals must be submitted to the Contracting Officer (CO) for approval:����� Work Hours, per Section H.30 entitled, MAXIMUM WORKWEEK � CONSTRUCTION SCHEDULE.� The work hours will include the daily starting and stopping time, and days of the week the Contractor proposes to carry out the work. Scheduling. Construction Cost Proposal presented in a cost break-out format resembling a Schedule of Values. 4.�������� Quality Control Plan. 5.�������� Environmental Protection Plan. 6.�������� Accident Prevention Plan/Safety Plan. 7.�������� The Contractor shall provide to the CO a list of contract personnel of the general and subcontractors, who will be emergency contacts, including address, and telephone numbers for use in an emergency.� As changes occur and additional information becomes available, the Contractor shall update the list. 8.�������� Contractor is responsible for any damage to adjacent items or property that may become damaged during demolition.� The Contractor is responsible for making repairs to meet or exceed conditions prior to damage. 9.�������� The Contractor is responsible for visiting the site prior to submitting a bid to observe existing conditions.� No compensation will be provided for conditions that would be visible during an on-site visit. 4.4 ����� Government Furnished Equipment\Services: The Government will furnish a reasonable amount of electricity and water. � 5.0��������� GENERAL REQUIREMENTS: 5.1�� Permits: Where governing regulations and imposed codes and standards require notices, permits, licenses, inspections, tests, and similar items or actions in order to lawfully proceed with the required work, the Contractor shall obtain items and take those actions in accordance with the regulations of the governing authority. The costs of such permits, licenses, inspections, etc., are the obligation of the Contractor.� Submit copies of demolition, hauling, and debris disposal permits and notices for record purposes. Include description of proposed haul routes.� � 5.2�� Demolition Plan: Submit a comprehensive demolition plan, describing the proposed sequence, methods, and equipment for demolition, removal, and disposal of the building. 5.3�� Quality Control:� The work performed under this contract shall be subject to continuous audit by the COR.� Quality control is the exclusive responsibility of the Contractor. 5.5�� Protection of Work and Property/Safety Requirements: The Contractor shall protect the work, the site, and all existing property and structures within the limits of the construction activities or that may be affected thereby until acceptance of the work.� Any damage to property shall be repaired at the Contractor�s expense, to pre-damaged condition to the satisfaction of the COR. Safety and health matters, as they relate to the work, are the exclusive responsibility of the Contractor.� The Contractor shall furnish, erect, and maintain barricades, warning lights, signs, guards, or take other precautions as may be required by law or local authorities of the protection and security. ��� c.��� Open depressions and excavations occurring as part of this work shall be barricaded and posted with warning lights when accessible through adjacent property or through public access. Operate warning lights during hours from dusk to dawn each day. ��� d.��� Provide continuous noise and dust abatement as required to prevent disturbance and nuisance to the public and workers and to the occupants of adjacent premises and surrounding areas. Dampen or cover areas affected by demolition operations as necessary to prevent dust nuisance. e.�� The Contract documents may not represent all surface conditions at the site and adjoining areas. The known surface conditions are as indicated and shall be compared with actual conditions before commencement of work and the cost shall be included in the Contractor�s proposal. � 5.6� Hazardous material: �a.��� Asbestos and lead-based paint (LBP) tests and assessments have not been conducted.�� It shall be the Contractor�s responsibility to determine if asbestos and/or lead paint is present at this residence.� If asbestos and/or lead-based paint is found, the Contractor is required to comply with EPA, OSHA and Florida State regulations.� All abatement efforts shall comply with applicable federal, state, and local code requirements as well as current industry standards, (i.e.: AHERA, ANSI, ARI, CFR, EPA, OSHA, Florida State Dept. of Health, etc.) and health and safety codes in effect at the time of contract award. b.��� The Contractor shall remediate and dispose of any asbestos and/or lead based paint in accordance with all applicable laws and regulations. The Contractor shall make in proper and timely fashion, any necessary notifications to relevant federal, state, and local authorities and shall obtain and comply with the provisions of all permits or applications required by the work specified, as well as make all required submittals required under those auspices. The Contractor shall indemnify the Government, their representatives and agents from, and pay for, claims resulting from failure to adhere to these provisions. The costs for permits, applications, and the like are to be assumed by the Contractor.� � c.��� Workers who will have the potential of lead or asbestos exposure shall have proof of successfully completing a training course which covers the topics required by 29 CFR 1926.62. The Contractor is also advised that training in other areas may be required by OSHA and are responsible to ensure that all training requirements for appropriate trades and procedures are met. � d.�� The Contractor shall specify an on-site supervisor or competent person who is fully qualified in all aspects of safe work practices and procedures with lead containing materials and have (or will have) completed a training course within the previous year prior to the commencement of lead related work. The lead training course will cover all topics required by 29 CFR 1926.62 as well as training in relevant federal, state and local regulatory requirements, procedures and standards (including 454 CMR 22.00), supervisory techniques, and proper disposal procedures. � e.�� The Contractor shall hold the USDA and it�s consultants harmless for claims, damages, losses, and� expenses arising out of the Contractor�s hazardous materials related work including releases from any incidental disturbance of existing hazardous materials, on-site or off site�� spills of hazardous materials, or from non-compliance with the Contract Documents and regulatory requirements. �f.��� Existing conditions are reflected correctly to the best of USDA�s knowledge. Should minor conditions be encountered which are not exactly as indicated, modification to new work shall be made as required at no additional expense to Owner.� Contractor is cautioned that, should interpretations to be made, opinions be formed, and conclusions be drawn as a result of examining the test results, those interpretations, opinions, and conclusions will be those made, formed and drawn solely by Contractor. 5.7 DISPOSAL OF REMOVED MATERIALS AND DEBRIS: a.�� Dispose of removed materials, waste, trash, and debris in a safe, acceptable manner, in������� accordance with applicable laws and ordinances and as prescribed by authorities having jurisdiction. b. Burying of trash and debris on the site will not be permitted. Burning of trash and debris at the site will not be permitted. c. Remove trash and debris from the site at frequent intervals so that their presence will not delay the progress of the work or cause hazardous conditions for workers and the public. Removed materials, trash, and debris shall become the property of the Contractor and shall be removed from the project site and be disposed of in a legal manner. Location of disposal site and length of haul shall be the Contractor's responsibility. e. Unless state or local regulations require a higher percentage, the Contractor shall submit a Waste Management Plant that achieves end-of-project diversion (recycling nonhazardous construction and demolition waste) rate of 50 percent by weight of total non-hazardous solid waste generated by the work.� Practice efficient waste management in the use of materials in the course of the work. Use all reasonable means to divert construction and demolition waste from landfills and incinerators. Any hazardous materials must be excluded from the construction waste stream calculations. � f. Identify target waste diversion goal and list anticipated type and whether it will be salvaged, recycled, or disposed of in landfill. The diversion goal should be an estimated percentage of total diversion targeted for achievement by project completion, e.g., 5 tons diverted out of 10 total tons of C&D waste = 50% estimated total rate of diversion. � 5.8 Temporary Facilities: � a.��� Temporary utilities (water and electricity) may be furnished to the Contractor by the Government, if so requested.� The Contractor shall maintain and protect all such utilities during the course of construction and shall repair or replace any items damaged through its own negligence. b.���� Should the Contractor require any power or utility shutdowns during demolition, the Contractor shall obtain approval for such shutdown from the COR three working days prior to the need. 5.9 Cleanup:� The construction site shall be kept clean and free of debris at all times.� Restore areas disturbed as nearly as possible to the original appearance and condition. Upon completion of the project, and prior to final inspection, the Contractor shall remove from the premises all unused material, trash, and debris resulting from the work to the satisfaction of the COR. 5.10 Final Payment/Contract Closeout:� The following documents are REQUIRED PRIOR TO FINAL PAYMENT (other documents may also be required): Release of liens. Employee payroll\time sheets Invoice � � 6.0��� PROJECT SCHEDULE: The Contract time for this project is 30 calendar days. Site visits will be set after the current COVID-19 issue allows. USDA-ARS-Sugarcane Field Station 12990 US HWY 441 North Canal Point, FL 33438 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Service will begin as soon as possible; quoted price should include all associated costs. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered service meets all specifications. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price. Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. ""LPTA"" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than April 24, 2020, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday April 17, 2020. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation Site Visit set up. This solicitation has been extended until until Friday, May 01, 2020. The location will be able to conduct a site visit on Monday, April 28th, 2020, at 10:00 AM. Please contact�George Carpenter�at george.carpenter@usda.gov or call�561-261-6588, to notify the location of who will be attending. Thanks.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ab7207de5298477194ff858ed4e52c97/view)
 
Place of Performance
Address: Canal Point, FL 33438, USA
Zip Code: 33438
Country: USA
 
Record
SN05626196-F 20200422/200420230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.