Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
SOLICITATION NOTICE

99 -- Removal & Relocation of Prairie Dogs

Notice Date
9/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ40303-002-4
 
Response Due
10/3/2003
 
Archive Date
10/18/2003
 
Point of Contact
Paul Haines, Contract Specialist, Phone 972-352-4512, Fax 972-352-4546, - Melvin Gardner, Section Chief, Mount/Pac, Phone (972) 352-4505, Fax (972) 352-4545,
 
E-Mail Address
phaines@bop.gov, mgardner@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Prisons , Field Acquisition Office in Grand Prairie, Texas, intends to make a single award to a responsible contractor for the provision of Prairie Dog Removal and Relocation located at the Federal Correctional Institution, Englewood, Colorado. This is a combined SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and the Government does not intend to issue a written solicitation. This solicitation is being issued as a Request for Quotation (RFQ) 40303-002-4. This will be a firm fixed price contract. Award will be based on past performance, technical factors and best price to the Government. Past Performance and Technical factors will consist of seventy percent of the proposal. The solicitation is 100% set-aside for small businesses. The North American Industry Classification System code for this solicitation is 561710. For a company that qualifies as a small business, the small business standard $3.5 MILLION. The RFQ incorporates the following provisions and clauses that are in effect through Federal Acquisition Circular 2001-15. FAR Provision 52.212-1 Instructions to Offerors?Commercial Items (JULY 2003), subsection (a), (b), (f), (g), and (j) applies. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2003), Provision 52.212-2 Evaluation -Commercial Items, Clause 52.212-4 Contract Terms and Conditions?Commercial Items (FEB 2002), Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items (JUN 2003), subsection (b)1,3,7,10,13-19 and 30 applies. Clause 52.228-5 Insurance - Work On A Government Installation (JAN 1997). Clause 52.237-2 Protection Of Government Buildings, Equipment, and Vegetation (APR 1984). The full text provision or clause may be accessed electronically at www.arnet.gov/far. GENERAL REQUIREMENTS: 1. General: Remove prairie dogs from FCI Englewood in accordance with state and local wildlife removal regulations. The contractor is responsible for obtaining ALL applicable permits for the removal and transportation of extracted prairie dogs. Additionally, the contractor will be responsible for furnishing an insurance certificate providing the minimum liability requirements mandated by the state of Colorado. This contract is for a one time removal process. 2. The contractor will be responsible for removing and relocating approximately 20 prairie dogs per acre from an area of approximately 200 acres. 3. The contractor will remove all prairie dogs by non-lethal means from the established prairie dog free zones. Also, the contractor will utilize the same methods to reduce the numbers of prairie dogs within the control zones to acceptable levels established by the Colorado Department of Wildlife, if the population exceeds the recommended population levels. 4. Live capture will be implemented during the time of year when ground conditions and reproductive cycles are most favorable for live capture. If other wildlife is extracted and/or captured, they may be relocated also. The desired target date for completion of the removal and relocation is November 30, 2003. 5. Captured prairie dogs will be relocated elsewhere on the institution?s property (control zones if population levels permit), to areas participating in the black-footed ferret restoration program, or to other areas within the region where prairie dogs are being re- established in accordance with state and county requirements. Relocation of prairie dogs to elsewhere on the institution?s property will only be considered when all of the following conditions occur: ‒ Other relocation programs are not available ‒ FCI Englewood has available unoccupied habitat in the prairie dog control zones ‒ There is no current outbreak of disease within ? mile radius of the facility 6. Per recommendations from the Colorado Division of Wildlife, a range of 5 to 10 prairie dogs per acre are to be left in the control zones. FCI Englewood will use this recommendation for prairie dogs remaining in the control zone. 7. Prior to relocation, captured prairie dogs should be held according to prescribed state wildlife regulations. The approved release program is responsible for the final method of release once they are delivered. The contractor is responsible for transportation and/or disposal of all prairie dogs removed from the institution property. 8. Removal by lethal methods may be required when conditions do not favor non-lethal methods. Dead animals that are recovered will be handled and disposed of by the contractor in compliance with local requirements. 9. For lethal methods, treat burrows located within the prairie dog free zone to eliminate any remaining animals and animals that may try to reoccupy prairie dog free zones. 10. Burrows that have been cleared by the contractor will be filled by the contractor. Establishment of habitat modifications, i.e., perches, barriers and vegetation will be conducted by the institution. SPECIAL CONTRACT CONDITIONS/CONTRACT SECURITY/INVESTIGATIVE REQUIREMENTS. The following requirements apply to those individuals delivering services inside the institution: 1. National Crime Information Center (NCIC) Check 2. DOJ-99, Name Check 3. FD-258 Fingerprint Check 4. Law Enforcement Agency Checks 5. Vouchering of employers over the past five years 6. Resume/Personal Qualifications 7. OPM-329-A, Release of Information 8. NACI Check (if applicable) Any individual who does not pass the security clearances will be unable to work within the secure perimeter of the institution. The final determination and completion of the security investigation procedures will be made at the sole discretion of the FCI. Once a contractor employee clears the initial screening requirements, a urinalysis test will be required before the individual is allowed access into the institution. If the results of the urinalysis test are positive, that individual will be disqualified from performing under the contract. If the individual clears both the initial screening requirements and the urinalysis test, that individual will be issued a pass for access into the institution. Contractor employees shall adhere to all institution regulations regarding conduct and performance. Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). Any individual performing under this contract may be removed if it becomes apparent that his or her conduct does not reflect the conduct of that prescribed for those people performing under non-personal service contracts. Division of Wage Determinations Wage Determination No.: 1994-2081 Revision No.:21 Date Of Last Revision: 05/30/2003 OCCUPATION CODE - TITLE MINIMUM WAGE RATE 11270 - Pest Controller $12.14 per hour ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $2.36 an hour or $94.40 a week or $409.07 a month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE PARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS (as numbered): 1) Does not apply to employees employed in a bona fide executive, administrative, or professional capacity as defined and delineated in 29 CFR 541. (See CFR 4.156) 2) APPLICABLE TO AIR TRAFFIC CONTROLLERS ONLY -NIGHT DIFFERENTIAL: An employee is entitled to pay for all work performed between the hours of 6:00 P.M. and 6:00 A.M. at the rate of basic pay plus a night pay differential amounting to 10 percent of the rate of basic pay. 3) WEATHER OBSERVERS -NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. Al operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. * UNIFORM ALLOWANCE: If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. NOTES APPLYING TO THIS WAGE DETERMINATION ** Source of Occupational Title and Descriptions: The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations," Fourth Edition, January 1993, as amended by the Third Supplement, dated March 1997, unless otherwise indicated. This publication may be obtained from the Superintendent of Documents, at 202-783-3238, or by writing to the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. Copies of specific job descriptions may also be obtained from the appropriate contracting officer. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)} Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C) (vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation) and computes a proposed rate). 2) After contract award, the contractor prepares a written report listing in order proposed classification title), a Federal grade equivalency (FGE) for each proposed classification), job description), and rationale for proposed wage rate), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b) (2) of Regulations 29 CFR Part 4). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process th request. 5) The contracting officer transmits the Wage and Hour decision to the contractor 6) The contractor informs the affected employees Information required by the Regulations must be submitted on SF 1444 or bond paper When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. All responsible sources capable of providing this service may submit a quotation for consideration. All contractor quotes shall be submitted to the address listed no later than October 3, 2003 at 2:00 pm central standard time. All quotes shall be clearly marked with RFQ 40303-002-4. All vendors are hereby notified that if your quote is not received by the date/time and location specified in this notice, it will not be considered. This solicitation is distributed solely through the General Service Administration?s Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. If you have difficulties downloading from this site, please contact the Contracting Officer for assistance. All future information concerning the acquisition, including solicitation amendments, will be distributed solely through the website. Interest parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition.
 
Place of Performance
Address: 9595 W. Quincy Ave., Littleton, CO,
Zip Code: 80123
Country: USA
 
Record
SN00435300-W 20030918/030916213106 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.