Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2005 FBO #1333
SOLICITATION NOTICE

F -- Power Line Tree Trimming at Fort Lewis, WA

Notice Date
7/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-05-T-0041
 
Response Due
7/28/2005
 
Archive Date
9/26/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested; however, a written solicitation will not be issued. Solicitation number W911S8-05-T-0041 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Fed eral Acquisition Circular 2005-04. The requirement is 100 percent set-aside for small business with a NAICS Code of 561730, and size standard of $6.0 million. The description of the service is as follows: CLIN 0001, 1 each, Provide all necessary requiremen ts needed to complete power line tree trimming at Fort Lewis, WA, for 227 trees, as stated in the Statement of Work shown below; CLIN 0002: 1 each Contract Manpower Report. See below for Services Contract Manpower Reporting Requirement. Past Performance in formation is required in accordance with the format contained in the attachments to this quote, available at the Fort Lewis Web Site: http://www.lewis.army.mil.doc/ Any contract entered into resulting from this request for quotations will be made to a resp onsive, responsible quoter using a SF1449. Quotes will be evaluated on a lowest cost, technically acceptable basis. Award will be made on an all or none basis. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Add enda to this provision are applicable, in which the term offeror whenever it appears, shall be replaced with the term quoter; paragraphs (g) and (h) are deleted. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisiti on and does not include any addenda. FAR clause 52.111-4133, Commercial Vehicle Access to Fort Lewis is applicable. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, as well as DFARS 252.212-7000, Offeror Representations an d Certifications-Commercial Items. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisi tion: 52.222-3, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41, and 52.222-42. FAR clauses 52.219-6, Notice of Total Small Business Set-Aside is applicable. Wage Determination 94-2567, Revision 29 for Pierce County, Washington is applicable to this acquisition. The complete text of the Federal/Defense Acquisition Circulars is available at the following internet site: http://farsite.hill.af.mil. Telephonic inquires will not be accepted. E-mailed quotes are due no later than Jul y 28, 2005 at 4:00 PM, Pacific Standard Time to Barbara.Kinnear@lewis.army.mil, along with the Offeror Representations and Certifications, Commercial Items, FAR 52.212-3, and DFAR 252.212-7000, providing the business size, e-mail address, Dunn and Bradstre et number, Cage Code, Federal Tax ID number. Past Performance may be completed by mail, electronic mail or facsimile transmission and is due by the closing date and time. SERVICES CONTRACT MANPOWER REPORTING REQUIREMENT The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including sub-contractor manpower) required for performance o f this contract. The contractor is required to completely fill in all information in the format using the following address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contr acting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by the reporting period; (4) Contractor name, add ress, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments ( including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contr actors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on the web site); (12) Presence of deployment or contingency contract language; and (13) N umber of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Repor ting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use the direct ZML data transfer to the database server or fi ll in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats f or the XML direct transfer may be downloaded from the web site. STATEMENT OF WORK - Power Line Tree Trimming at Fort Lewis WA 1. DESCRIPTION OF WORK: Provide all plant, labor, tools, equipment, and materials (except as indicated otherwise in the specifications) and perform all work in strict accordance with the specifications and plans required for Power Line tree trimming at Fort Lewis WA. Hours of operation shall be normal duty hours, 7:00 A.M. to 4:00 P.M. Monday through Friday excluding federal holidays. Additional hours of weekend work will be approved by the C.O. 1.1. Area Description: Power line tree trimming at Fort Lewis WA. Maps of where the Power line tree trimming locations will be in enclosure #1. Maps will identify what roads and areas where tree are to be trimmed. There will be 227 trees to be trimmed. T he trees will be trimmed in a manner that will maintain a healthy, thriving in and attractive pruned appearance. 1.2. The Principal Items to be accomplished are: 1.2.1. IJO -5-J, Power line tree trimming at Fort Lewis WA 1.2.1.1. Provide Power line tree trimming services at locations designated in the contract provided maps. Contractor to comply with all local, state, and federal rules, procedures and perform the following services in accordance with the national arborist association, American society of landscape architects, and local county extension office recommendations and standards. Clearances established in the national electrical safety code (NESC) C2-2204 are considered to be the minimum allowable, and shall be a chieved on all sites unless exceptions are specifically noted to the contrary. 1.2.1.2. The contractor or sub-contractor will have a minimum of three (3) years experience in Power line tree trimming. 1.2.1.4. Work Not Included: Public Works shops will identify by maps in enclosure #1 where trees are located for trimming. Jack Buck utility shop Forman is the POC for clarification of trees to be trimmed; he can be contacted at 253-967-5840. 1.2.1.6. Work shall be in conformance with the industry standards and approved Contractor checklist. The P.M. or C.O. will approve all schedules before start of work. 1.2.1.7. The following conditions will be adhered to: Police grounds of tree trimming debris: Climbing irons or hoods shall not be used: Remove all severed limbs from each tree: Minimum cuts to archive required clearances: Tree trimming on main Power line s only: All waste generated from this service shall be the responsibility of the contractor: Submit a schedule for approval: Contract to be worked on continually until completion. Submit a list of equipment and vehicles 10 days before start of contract: Su bmit a traffic control plan. The contractor shall notify Mr. John Rodgers at 966-4145 residential communitys office 30 days in advance when trees are to be trimmed in the housing areas. The contractor shall post signs one week prior in the blocks to have service performed. The signs can be sandwich style that has the following information, Contractors name, phone number and dates that trees are to be trimmed. 1.2.1.8. If there are any problems with access, coordinate with the Public works Quality Assurance personnel for help. Quality assurance personnel are at the following phone numbers: Jim Smith 966-1724. 1.2.1.9. Payment of the bid item shall be based upon Percentage of completed monthly work. 2. PHASING: The following phasing related issues shall affect the work. 2.1 Interface with Others: Government use of these facilities is anticipated while the work under this contract is being performed. The work shall be planned and accomplished so that there will be a minimum of interference and inconvenience to occupants in the building and vicinity. Any blockage of building exits or driveways must be coordinated in advance. 2.1.1. Schedules set may change when work is in process. Work will begin in the first week in 1 August 2005 and complete by September 30th 2005. 2.1.2. Coordinate with Quality assurance personal when needed. 2.2. Service Task Order Restrictions: Trees will be worked on continually until complete. 2.3. Utility Outages: Work should be scheduled such that utility outages are minimized. 3. CONTRACT PROGRESS SCHEDULE AND PROGRESS REPORTS: 3.1. Contractor to submit progress schedule. 3.2.1. Approved schedule. 3.2.2. Trees completed for billing. 4. CONTRACT PERIOD: The contractor shall have 120 working days after award to complete this task order, if awarded before July 2005, if awarded after July 2005, see paragraph 3.1.1 5. SUBMITTALS 5.1. The Contractor shall process submittals in accordance with SOW  SUBMITTAL PROCEDURES. 6. Liquidated Damages: as stated in contract.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN00850126-W 20050721/050719212233 (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.