COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6, 2001 PSA #2930
SOLICITATIONS
F -- TRIM TREES
- Notice Date
- September 4, 2001
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
- ZIP Code
- 68113-2107
- Solicitation Number
- F25600-01-T-0117
- Response Due
- September 17, 2001
- Point of Contact
- Doug Lambert, Contract Specialist, Phone 402-294-9601, Fax 402-294-0430, Email douglas.lambert@offutt.af.mil -- Monica Robinson, Contract Specialist, Phone 402-232-5956, Fax 402-294-0430, Email monica.robinson@offutt.af.mil
- Description
- STATEMENT OF WORK Service Contract to Trim Trees Around Powerlines 1. SCOPE: The work covered by the Statement of Work includes the furnishing of all labor, equipment, appliances and materials in performing all operations in connection with the trimming of trees in accordance with the following provisions and subject to the terms and conditions of the contract. 2. GENERAL: The work to be performed under this contract will take place in or ?High Voltage? lines feeding the Capehart Housing area, Offutt Air Force Base, Nebraska, and should begin by 17 Sept.01, weather permitting. Three phase line from pole 547 to pole 554 (approx. 1400 linear ft.), on base proper along Butler Blvd. Three phase line near pole 468. Thrree phase line near pole 441. Three phase line from pole 490 to pole 493, (approx. 300 linear ft.). Three phase line near pole 850. Three phase line from pole 174 to pole 133, (approx. 150 linear ft.). Three phase line from pole 956 to pole 966B, (approx. 150 linear ft.). Three phase line from pole 942 to pole 936, (approx. 750 linear ft.). Single phase line from pole 669 to pole 485, (approx. 1200 linear ft.). Single phase line from pole 672 to pole 496, (approx. 1200 linear ft.). Single phase line from pole 679 to pole 567, (approx. 2000 linear ft.). Single phase line from pole 550 to pole 543, (approx. 600 linear ft.). Single phase line from pole 546 to pole 531, (approx. 1200 linear ft.) Single phase line from pole 540 to pole 525, (approx. 900 linear ft.). Single phase line from pole 361 to pole 369, (approx. 1000 linear ft.). Single phase line from pole 422 to pole 411, (approx. 900 linear ft.). Single phase line from pole 424 to pole 401, (approx. 900 linear ft.). Single phase line from pole 593 to pole 383, (approx. 750 linear ft.). A right of way must be established at 10 ft. away from the 13,800 volt high voltage lines. Overhanging limbs must be removed to a 10 ft. vertical line from the outer most conductor. Limbs will range from 15" in diameter to finger size. The work will be accomplished with high voltage lines energized and special precautions will have to be taken. 3. PARTS AND SUPPLIES: All parts, components, supplies material, fuel, oil, lubricants, and grease will be supplied by the contractor at no additional expense to the government. 4. CONTRACTOR PERSONNEL AND EQUIPMENT: Personnel should be qualified tree trimmers to work around energized lines of 13,800 volts and be familiar with OSHA Standard 1910.269? ?line-clearance tree trimming operations? and. ANSI Standard Z133.1-1994. The equipment should be rated and certified for the voltage class when work is to be done near energized lines. Vehicles and tools should be fiberglass insulated or equivalent material. Personnel must be familiar with accident prevention and safety requirements and procedures for high voltage work and tree timing. 5. DISPOSAL OF MATERIALS: All debris, rubbish, and other material resulting from removal operations and trimming operations shall be disposed of by the contractor at a site outside the confines of Offutt AFB and the Capehart Housing area. 6. EQUIPMENT ON GRASS AREAS: Wheeled equipment will not be operated on grassed areas when three is any possibility of causing damage by rutting. If rutting does occur, the grass in the damaged area will be removed, soil leveled, and the sod replaced, all at no cost to the Government. Damage to any grassed areas will be repaired in a manner which will return it to its original condition. This will be done regardless of the size of the area. 7. WORKMANSHIP: a. Performance will include cleaning up any debris or other matter that results from this work. The cleanup work shall be accomplished bye the completion of each days work. The contractor shall dispose of all debris off-site. b. The contractor or site commander may remove any employee whose conduct, language, or appearance is objectionable, or if so directed bye the contracting officer. c. Damaged or destroyed Government property shall be replaced by the contractor at his own expense. d. The contractor will furnish sufficient sign and men to protect the vehicular traffic in the vicinity of the work areas. e. The contractor is responsible for temporarily removing any fences which are obstructing his work and for putting them back in their original place as soon as the work is accomplished. Point of contract is 55 CES Exterior Electric Shop (Mr. Carpenter/Ssgt. Greer, phone 294-4829.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Part 12. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number F25600-01-T-0117 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. This procurement is set aside for small business. The North American Industry Classification System (NAICS) code and small business size standard are 561730, 5mil. The government intends to issue a purchase order for Offutt AFB . CONTRACTOR MUST BE REGISTERED IN CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD. IF NOT ALREADY REGISTERED IN CCR, GO TO WWW.CCR2000.COM TO REGISTER PRIOR TO SUBMITTING QUOTE. NO PARTIAL QUOTES WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE ALLOWED. All contractors are requested to utilize the PRO-Net Program to assist them in obtaining resources to meet their contractual requirements. PRO-Net is an electronic gateway of procurement information for and about small businesses. It is a search engine for contracting officers, a marketing tool for small firms and a "link" to procurement opportunities and important information. It is designed to be a "virtual" one-stop-procurement-shop. PRO-Net is an Internet-based database of information on small, disadvantaged, 8(a) women-owned, HUBZone, and veteran-owned businesses. It is free to federal and state government agencies as well as prime and other contractors seeking small business contractors, subcontractors and/or partnership opportunities. As an electronic gateway, PRO-Net provides access and is linked to the Commerce Business Daily (CBD), federal and state agency home pages and other sources of procurement opportunities. The PRO-Net website is: www.pro-net.sba.gov. The SBA homepage address is: www.sba.gov=20 The Clause at FAR 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition along with FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, and the clause at FAR 52-212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items, applies to this acquisition. Additionally, the following FAR clauses cited in 52.212-5 are applicable); 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332);52.233-3 Protest After Award;52.247-34 F.O.B. Destination; 52.222-3, Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37, Employment Records on Disabled Veterans and Veteran of the Vietnam Era; 52.222-42 Statement of Equivalent Rates for Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.),52.252-2 Clauses incorporated by referance;52.252-6 Authorized Deviations in Clauses; applies to this acquisition. The following DFARS clauses also apply to this acquisition: 252.204-7004 Required Central Contracting Registration; 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; and 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O. 105.82). Offers are due by close of business 17SEP01. Quotes should be submitted in writing to: 55 CONS/LGCA, 101 Washington Square, Bldg 40, Offutt AFB, NE 67113-2107, or you may send a fax to number (402) 294-0430. Address any questions to Douglas Lambert at the above address or call (402) 294-9601, or call Monica Robinson (402) 232-5956. All requirements in the Statement of Work will be met as well as what has been stated above.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/ACC/55CONS/F25600-01-T-0117/listing.htm l)
- Record
- Loren Data Corp. 20010906/FSOL002.HTM (D-247 SN50W759)
| F - Natural Resources and Conservation Services Index
|
Issue Index |
Created on September 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|