Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

W -- Heavy equipment rental with operator, North Cascades National Park Service Complex; Stehekin, Washington.

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - NOCA North Cascades NPS Complex 7280 Ranger Station Road Marblemount WA 98267
 
ZIP Code
98267
 
Solicitation Number
Q9473053103
 
Response Due
8/1/2005
 
Archive Date
7/21/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation for commercial item 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 be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-4. This solicitation is restricted to certified HUBZone small businesses, NAICS 238910, Construction equipment rental with operator, with a small business size standard of $12.0 million average annual gross receipts for the past three years. The National Park Service encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer is the most advantageous for the Government, price and other factors considered. I. BACKGROUND A large flood in October 2003 washed out the Stehekin Valley Road in several places. An Environmental Assessment has been completed and NPS is in the process of obtaining required permits. This contract will establish rates and procedures for heavy equipment rental with operator to assist with NPS repair efforts. II. SCOPE OF WORK A. Contractor will provide all needed equipment, labor, and transportation required to do the work. All equipment to be called out and tasks to be performed shall be at the request of the Contracting Officer or a duly authorized Contracting Officer's Representative (COR). B. The Contractor shall operate their own construction equipment to perform a variety of services such as road repair, maintenance, and emergency services including, but not limited to, hauling material, grubbing, establishing rough grade, grading, and ditching. All work shall be in accordance with the terms and conditions, and specifications shown below. For work not specifically covered in the following specifications, performance of the work required will be as directed by the Contracting Officer's Representative. C. The operator may assist NPS crews in establishing reroutes of roads and water crossings following major storm events. D. The work required by this contract represents requirements in excess of the quantities that the government may itself perform. All work will be ordered and directed by the COR and shall be accomplished within the times specified for each task. E. This requirements contract will remain in effect from date of award until December 31, 2005. Estimated total contract value is between $25,000 and $100,000. III. LOCATION All work required by this contract will be performed in Lake Chelan National Recreation Area, Stehekin District, North Cascades National Park Service Complex. All equipment and personnel must be staged in Stehekin during the life of the contract. Stehekin is a remote community located at the north end of Lake Chelan, approximately 50 miles from Chelan, Washington. The Stehekin valley is isolated; the roads do not connect with any highway system. Stehekin is accessible from Chelan only by boat or barge; all materials and equipment will need to be barged. Within the Stehekin valley, the project area can be reached on roads suitable for hauling heavy equipment. Lodging and meal services are available on a limited basis. Cellular phones do not work and there is no public internet access. Information about Stehekin can be found at: www.stehekinchoice.com or www.stehekinvalley.com or www.golakechelan.com or www.stehekin.com All work will be performed on native or aggregate single-lane roadbeds associated with the Stehekin Valley Road. IV. EQUIPMENT Rental equipment includes, at a minimum, the following types. You may offer other similar or complimentary equipment as well: a. Excavator with thumb, equivalent to a Caterpillar 320C b. 10-cubic yard Dump Truck(s) c. Front-end Loader d. Motor Grader e. Uniloader f. Water Tanker g. Semi-tractor h. 20-Ton Tilt-bed Equipment Trailer i. Bulldozer j. Tractor with 20-cubic yard End Dump V. GRADING AND DITCHING A. The work consists of reconditioning the surface of new rerouted roadways on various types of drainage ditches to provide a waterway which is unobstructed. Drainage ditch maintenance is limited to materials contained within the ditch and not on the shoulder or travel way, but may extend three feet above the flow line on the backslope. Surface grading shall be performed during timeframes acceptable to the Contracting Officer or the Contracting Officer's Representative. Contractor shall commence work within five (5) days after receiving a verbal request by the CO, COR, or other ordering official designated by the Contracting Officer. B. Surface grading shall be performed only when sufficient moisture is present to prevent segregation. C. The Contractor shall establish a grading pattern which provides a uniform driving surface, retains the surfacing on the roadbed and provides a thorough mixing of the materials within the completed surface width. Upon final grading, no disturbed rock shall protrude more than two-inches above the adjacent surface unless otherwise provided in the contract. Material not meeting this dimension shall be removed and placed outside the roadbed so as to not obstruct drainageways or structures. Removal of oversized materials may require hand labor to meet specifications. D. Roadway slopes shall not be undercut. At intersections, the roadbeds of side roads, which are not closed or restricted from vehicular use, shall be bladed to assure smooth transitions. E. Materials resulting from work under this section shall not be allowed to remain on or in structures, such as bridges, culverts, cattleguards, or drainage dips. All road drainage structures 36" in diameter and smaller shall be hand cleaned, including cutting of brush within a six-foot radius of the culvert inlet. F. Ditches shall be maintained by removing rock, soil, wood, and other materials. Upon completion, the maintained ditch shall be of the same character as abutting segments that were not required to be maintained. G. Suitable material removed from the drainage ditch may be blended into existing native road surface and shoulder or placed in designated berm. Material from ditch pulling operations may be blended into and across aggregate surfaced roads unless staked or marked otherwise on the ground. No material shall be pulled and bladed across bituminous surfaced roads. With advanced approval of the COR, excess material shall be deposited outside the roadbed, along the fillslope, so as not to obstruct drainage structures. H. Limbs and wood chunks in excess of one-foot in length or three-inches in diameter shall be removed from ditches and placed outside the roadway. VI. CLEARING/GRUBBING/HAULING This section consists of providing labor and equipment to assist NPS in establishing reroutes along the Stehekin Valley Road. Specific tasks include: A. Hauling materials as directed by the COR, including but not limited to riprap, base material, stumps, logs and culverts to identified locations. B. Clearing stumps and vegetation debris from route as directed by the COR. C. Using furnished equipment to establish rough grade using government-provided staking and control points as reference. VII. WATER A. The work of this section consists of providing manpower and equipment to furnish an adequate water supply, hauling, and applying water. B. Suitable and adequate water sources are available in the contract area. Water sources will be selected by the Contractor and submitted to the COR for approval. C. Mobile watering equipment shall have watertight tanks of known capacity. D. Positive control of water application is required. Equipment shall provide for uniform application of water without ponding or washing. E. An air gap or positive anti-siphon device shall be provided between the water source and the vehicle being loaded if the vehicle has been used for other than water haul, the source is a domestic potable water supply, or the water is used for tank mixing with any other materials. VIII. SAFETY AND ACCIDENT PREVENTION A. The Contractor is required to establish an effective accident prevention program and providing a safe environment for all employees, visitors, and park personnel. B. The Contractor shall hold monthly safety meetings and provide notification to the COR of the day and time of the meetings so that he/she may attend. C. Upon request, Contractor must submit proof of employees' qualifications to perform assigned duties in a safe manner. D. In the event of conflicts between Federal, State, and Local safety and health requirements, the most stringent shall apply. E. Equipment or tools must meet OSHA requirements. Failure to comply with the requirements of this section may result in suspension of work. F. All accidents must be reported to the COR immediately. A reportable accident is defined as death, occupational disease, traumatic injury to an employee or the public, property damage in excess of $100, and fires. Form DI-134 must be completed and submitted to the COR within three days of an accident. Forms are available from the COR. G. Personal protective equipment must be maintained in a serviceable condition and checked daily. Clean, sanitize, and repair equipment as appropriate. H. Contractor is required to provide all necessary traffic barriers, traffic control signs, markers, and flaggers when required during operations. Traffic control for occupied work areas shall be in accordance with National Standards contained in the Manual of Uniform Traffic Control Devices (MUTCD). I. Contractor's vehicles and machinery operating on or from the travel way or road shoulder shall have flashing lights, strobes, or rotary beacons operated continuously while work is in progress. Truck headlights shall be on while operating. Backup horns shall be required on all self-propelled equipment in excess of 8000 lbs. gross weight. IX. NOXIOUS WEED PREVENTION To prevent the introduction of the seeds from noxious weeds into Stehekin valley or onto NPS land, the Contractor shall wash all mechanized equipment thoroughly before transport via barge. This includes the removal of all soil, seeds, vegetative matter or other debris that could contain or hold seeds. Diffuse or spotted knapweed and rush skeletonweed are the primary noxious weeds of concern. The Contractor shall employ whatever cleaning methods are necessary to ensure compliance with the terms of this provision, and shall notify the NPS prior to moving each piece of mechanized equipment into Stehekin valley. Cleaning of equipment shall not occur on NPS land. Notification will include identifying the location of the equipment's most recent operation. The NPS will inspect each piece of equipment prior to its being placed into service. If a piece of equipment fails the inspection, the Contractor will be responsible to perform whatever methods are necessary to pass upon re-inspection and will bear all costs. X. INVOICES A. Payment will be made at the awarded rates for the actual number of hours worked to the nearest quarter hour. Payment will be made monthly, or more often as agreed to by the Contracting Officer, upon receipt of proper invoice. Invoices should be submitted to the COR. B. Invoices shall contain the following information: Contractor's Name and Address, Contract Number, Date of Event and/or Description of Work, Description of Equipment Used, Number of Hours of Equipment Used For Each Item of Equipment, Total Amount of Invoice. PROPOSAL SUBMITTALS Offeror shall provide: A. At least three references for recently-completed contracts, including company name, contact person, phone number, e-mail address (if available) and physical address. Highlight federal government contracts and work in remote areas. References must be available for contact by NPS. Proposals shall be considered non-responsive if NPS is not able to readily contact references. B. A completed FAR 52.212-3 (see below). C. A list of equipment available, with make, model, year of manufacture, machine hours or miles, and hourly operated rental price for each. Pricing shall be FOB destination, Stehekin, Washington. D. A list of the operators' name(s), experience, and training, as well as any pertinent certifications. DETAILS Offerors must review and comply with the FAR provisions/clauses listed below. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items (The following factors, listed in descending order of importance, will be used to evaluate offers: (1) Price and (2) Offeror's past performance/experience, as supported by documentation and references); FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 1, 5, 14, 15, 16, 17, 18, 19, 20, 23, and 31, and with paragraph (c) clauses, indicated by number 1, 2, 3, 4, and 5; FAR 52.216-18, Ordering; FAR 52.216-21, Requirements; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-3, Notice of Total HUBZone Set-Aside; and FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. In addition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed and submitted with your offer. Prior to award of a contract, the offeror must maintain a current profile in the Central Contractor Registration database (www.ccr.gov) and file annual required veterans' employment reports (http://vets100.cudenver.edu/). It is recommended that offerors complete these tasks prior to submitting their offer. The deadline for receipt of quotes is August 1, 2005, at 4:30 pm. Offers shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum, unit price for each customer line item (CLIN), extended price, proposal submittals as detailed above, prompt payment terms, contract remittance address, DUNS number, federal tax identification number, name, phone number, and address of your point of contact, a completed copy of FAR 52.212-3, and the proposal submittals described above. Submit two (2) proposals to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch, 7280 Ranger Station Road, Marblemount WA 98267. Plan ahead - FedEx does not deliver to our facility; use US Postal Service or UPS. Amendments to this solicitation will be posted to the NPS electronic commerce website (http://ideasec.nbc.gov).
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1874144)
 
Place of Performance
Address: Stehekin, WA
Zip Code: 98852
Country: USA
 
Record
SN00852138-W 20050723/050721212446 (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.