Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
MODIFICATION

S -- Clearzone Mowing

Notice Date
1/18/2006
 
Notice Type
Modification
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, ROICC New Jersey - Lakehurst, NAES Building 5, Lakehurst, NJ, 08733-0511
 
ZIP Code
08733-0511
 
Solicitation Number
N62472-06-Q-1712
 
Response Due
2/9/2006
 
Archive Date
2/24/2006
 
Point of Contact
Monica Heltz, Contract+Specialist, Phone 732-323-4560, Fax null,
 
E-Mail Address
monica.heltz@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Provide all labor, material, supervision, equipment and transportation to perform clearzone/grasslands mowing in accordance with specificaitons and drawings. 1. GENERAL DESCRIPTION: It is the declared and acknowledged intention and meaning to provide labor, material, and supervision for Clearzone/Grassland Mowing at the Naval Air Engineering Station, Lakehurst, NJ 08733. 2. LOCATION: The work shall be located at the Naval Air Engineering Station, Lakehurst, NJ. The exact location will be indicated by the Contracting Officer. 3. TIME OF COMPLETION: The time of the work shall commence on or about February 15th and be completed no later March 20, 2006. The government reserves the right to delay mowing operations in the Test Runway Clearzone for up to twenty days after the March 20 completion date without incurring any additional costs from the contractor, providing that the contractor receives a minimum of 7 calendar days notice for this delay. 4. WORKING HOURS: Regular working hours at the Naval Air Engineering Station are from 8:00 a.m. to 4:30 p.m. If the Contractor desires to carry on work outside the regular hours, or on Saturday, Sunday, or Holidays, unless otherwise specified, he/she shall submit application to the Contracting Officer, but shall allow ample time to enable satisfactory arrangements to be made by the Government for inspecting the work in progress. When working at night, he/she shall light the different parts of the work in an approved manner. 5. EXAMINATION OF SITE: Bidders shall visit the work site to review the extent of the work and the existing layout. Site visitation IS SCHEDULED FOR 31 JAN 2006 AT 0900, contact the FSC Office 732-323-5271, Naval Air Engineering Station. It is the responsibility of the Contractor to make sufficient site inspection to insure that all costs of the entire completed project have been included in the proposal. 6. GOVERNMENT WORK AND MATERIALS: The Government will not furnish any work or materials for this work. 7. UTILITIES: The Government shall provide a reasonable amount of utilities such as: electricity, water, and sanitary facilities from existing outlets for this work. · 8. DEBRIS REMOVAL: All debris resulting from this work shall be removed from the Station at the Contractor's expense unless specifically excluded in the contract and the work site shall be left in a clean and presentable condition. 9. DAMAGE AND BREAKAGE: The Contractor shall be responsible for all damage and breakage to property (real or personal) that may occur as a result of the fault or negligence on the part of his/her personnel in connection with the prosecution of the work herein specified. 10. SKETCHES ACCOMPANYING SPECIFICATION: The following sketches accompanying this specification are part thereof. Sketches are the property of the Government and shall not be used for any purpose other than that contemplated by the specification: Sheet #1 - Work Locations, eastern portion of base Sheet #2 - Work Locations, central portion of base Sheet #3 - Work Locations, western portion of base A large-scale map of the base with individual mowing areas marked with acreage amounts shall be provided to the contractor who is awarded this contract. This is a computer-generated map produced by the NAES Geographic Information System (GIS). 11. SAFETY REQUIREMENTS: This contract shall be governed by the requirements set forth in the Department of the Army, Corps of Engineers Manual entitled "General Safety Requirements." A copy may be examined on application to the Officer-in-Charge, Naval Air Engineering Station, Lakehurst, NJ 08733. a. Toxic and Hazardous Substances: The Contractor shall submit a Material Safety Data Sheet (MSDS) to the Contracting Officer for each toxic or hazardous substance to be utilized on board the Naval Engineering Station (NAES). Toxic and hazardous substances are defined in CFR 29 Part 1910 Subpart Z. MSDS'S must be submitted and approved prior to commencing work. All approved toxic and hazardous substances must be labeled in accordance with CFR 29 Part 1910.1200. The MSDS's shall be presented by the Contractor at the pre-construction conference referenced in paragraph 15. 12. POWER TOOLS AND PORTABLE CORDS: All power tools and portable cords shall be properly grounded in accordance with the National Electric Code. Taping and splicing of cords for any reason shall not be permitted (National Electric Code Requirements). All temporary lights shall have a grounded metal lamp guard. All single-phase power equipment used by the Contractor shall be connected to an approved ground fault circuit interrupter. The Station's 110V electrical outlets are of the straight blade duplex type (crows' feet). The Contractor shall provide an approved adaption for the proper operation of his equipment. 13. FIRE WATCH: Welding, burning and open flame work (Hot Work) will be permitted, but only subject to the following conditions: a. The Contractor shall comply with all fire regulations currently in force at the Naval Air Engineering Station, Lakehurst, New Jersey. b. The Contractor shall inform the Contracting Officer definitely when "Hot Work" will be performed and procure a written hot work permit daily from the Fire Department. c. The Contractor shall provide an adequate fire watch and the required fire extinguishing equipment. 14. INTERRUPTION TO EXISTING UTILITIES: Shall be at the convenience of the Government only and shall occur during other than regular working hours on the Station, unless otherwise specified in the contract. All tie-ins shall be made with the approval of the Officer-in-Charge. The Contractor shall submit notice at least 24 hours in advance to the Officer-in-Charge prior to such proposed tie-ins. 15. PRE-CONSTRUCTION CONFERENCE: Prior to commencement of the work, the Contractor will be required to meet in conference with representatives of the Officer-in-Charge to discuss and develop mutual understanding relative to administration of the safety program, labor provisions, progress of the work, and other contract procedures. 16. CENTER REGULATIONS: The Contractor and all his employees shall follow the Station's regulations as specified in the NAES Instruction 5500.6B, a copy of which may be examined at the office of the Officer-in-Charge. Equipment, tools, and other material shall not be removed from the Station without a properly executed property pass. Property passes can only be issued by the Officer-in-Charge of Construction or his authorized representative. 17. INSPECTION AND ACCEPTANCE: Of the completed work shall be made at the work site by the Officer-in-Charge or his authorized representative. 18. PAYMENT: Will be made upon satisfactory completion and acceptance of the work. Forward six copies of the Contractor's invoices. 19. STORM PROTECTION: Should warnings of gale force or stronger winds be issued, the Contractor shall take every practical precaution to minimize danger to persons, to the work, and to adjacent property. These precautions shall include closing all openings, removing all loose materials, tools, and equipment from exposed locations and removing or securing scaffolding and other temporary work. 20. SECURITY REQUIREMENTS: No employee or representative of the Contractor will be admitted to the site of the work unless he/she has furnished satisfactory proof that he/she is a citizen of the United States and is specifically authorized. Admittance passes are available at the Officer of the Office-in-Charge and if issued, it shall be the Contractor's responsibility to collect and account for all identification passes issued to his/her personnel at the expiration of the contract or when no longer required. The Contractor and his/her personnel shall use the commercial gate, located on Route 547, for all ingress and egress from the Naval Air Engineering Station, Lakehurst, NJ. The Contractor shall comply with all security regulations currently in force at the Naval Air Engineering Station. 21. ENVIRONMENTAL PROTECTION: The Contractor's operations shall comply with all Federal, State and Local Environmental Regulations. At all times, special precautions or measures shall be taken to prevent oily substances or chemical wastes from entering the ground, drainage areas, or local bodies of water. The cooking of food at the project site is prohibited. a. Noise/Dust Control: Low noise emission products shall be used for all interior work when available. Dust shall be kept down at all times. Air blowing is permitted only for cleaning non-particulate debris. No sandblasting is permitted unless the dust, there from, is confined. Use only wet cutting for concrete blocks, concrete, asphalt and asbestos cement pipe. b. Disposal of Waste and Pollutants: Manifests required by the NJ D.E.P. or the E.P.A. for waste materials generated by the Contractor shall be prepared by the Contractor with a copy forwarded to the Contracting Officer. All spills of oil or chemicals in excess of 2 gallons shall be immediately reported to the Contracting Officer. 22. INSURANCE: In the event the dollar value of this award exceeds $2,500.00, the Contractor (any subcontractors) is required to furnish a certificate of insurance in accordance with the following provisions prior to commencement of any work. a. Required Insurance: The Contractor shall procure and maintain during the entire period of performance under this contract/order the following minimum insurance coverage: (1) Comprehensive General Liability: $500,000 per occurrence. (2) Automobile Liability: $200,000 per person, $20,000 per occurrence for property damage. (3) Workmen's Compensation: As required by Federal and State Worker's Compensation and Occupational Disease Statute. (4) Employer's Liability Coverage: $100,000 except in States where Worker's Compensation may not be written by Private Carriers. (5) Other as required by State Law. b. Statement of Insurance: Prior to commencement of work, the Contractor shall furnish to the Contracting Officer a certificate or written statement of the above required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that cancellation or any material change in policies adversely affecting the interests of the Government in such insurance shall not be effective for such period as may be prescribed by the Laws of the State in which this contract is to be performed and in no event less than thirty (30) days after written notice, thereof, to the Contracting Officer. Wording such as "will endeavor to mail notice" or "failure to mail such notice shall impose no obligation or liability", does not comply with the contract requirements and therefore are not acceptable. c. The Contractor agrees to insert the substance of this clause, including this paragraph (c), in all subcontracts hereunder. c. INSURANCE CERTIFICATES MUST BE SUBMITTED WITHIN FIVE (5) DAYS AFTER CONTRACT AWARD. 23. LIQUIDATED DAMAGES: Failure to Complete Work: If the Contractor fails to complete the work within the time specified in the contract, or any extension, the Contractor shall pay to the Government as liquidated damages, the sum of $80.00 for each calendar day of delay. Contractor Liability with Government Termination: If the Government terminates the Contractor's right to proceed, the resulting damage will consist of liquidated damages until such reasonable time as may be required for final completion of the work together with the increased costs occasioned by the Government in completing the work. Contractor Liability Without Government Termination: If the Government does not terminate the Contractor's right to proceed, the resulting damage will consist of liquidated damages until the work is complete or accepted. 24. TECHNICAL REQUIREMENTS; The Contractor shall provide all the necessary labor, equipment, materials, transportation, and supervision to provide Clear Zone and Grassland Mowing of vegetation at the Naval Air Engineering Station, Lakehurst, NJ 08733. 24.1 The total area to be mowed under this contract is estimated at 938 acres. The government guarantees the accuracy of this acreage figure to + 3 %. Vegetation in these maintenance areas is to be cut once to a height of 8 inches. The contractor is responsible to modify (i.e., install larger diameter tires) his/her equipment to meet this height requirement. It shall be accomplished in a manner so the machine does not cause rutting. No strips or corners shall be left. The cutting edge of all mowing equipment shall be kept in sharp condition. During the mowing operation, remove all rubbish and trash such as paper, cans and bottles and deposit it into the nearest government dumpster. Any high stumps and large or heavy manmade obstacles that are too big for the operator to handle shall be flagged (or otherwise have the location noted) and reported to the Contract Inspector for subsequent removal by Government personnel. Use of a Brush Hog or other heavy blade mower is strongly recommended for the west side of Mat 3 and certain areas of the Jump Circle and Test Runway Clearzone. All sprouting pioneering trees less than 3 inches in diameter measured at a point 12 inches from the ground must be mowed. At the far west end of the Test Runway, the grass is to be mowed within five feet of the shoreline of the ponds on the north and south sides of the runway extended. All areas of the Jump Circle must be mowed right up to the edge of the woods. Contractor shall proceed with caution while mowing because these areas include sites with rough, uneven surface grades. 24.2 DAMAGES: All damages to Government property caused by the Contractor or Contractor Representatives/Employees shall be repaired or replaced by the Contractor at no cost to the Government. Rutting in the maintenance area will not be tolerated. All mowed areas damaged by the Contractor shall be smoothed out and reseeded at the Contractor's expense. Seed mixture and rate must be approved by the Officer-In-Charge. A copy of the seeding mixture label, ingredients and all receipts must be submitted to the Officer-In-Charge. When mowing near the Runways, special precautions must be observed by the operators to avoid damaging the Runway Lights. 24.3 The Contractor is entitled to bale and remove from the Station any grass clippings that are thick enough to be raked and baled for off-Station sale by the Contractor. The Government estimates that a minimum of 300 of the 938 acres in the contract contains grass stands thick enough to produce removable volumes of straw. 24.4 This is debit/credit contract. After the scheduled site visit, if prospective bidders feel they can harvest enough straw to exceed their estimated labor and material cost in executing the contract, they may bid the contract in the form of payment to the Government. 24.5 The Contractor shall contact the FSC Inspector 48 hours prior to commencement of work. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JAN-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62472NJL/N62472-06-Q-1712/listing.html)
 
Place of Performance
Address: DEPT OF THE NAVY, ROICC-NJ BLDG 5 NAVAL AIR ENGINEERING STATION LAKEHURST, NEW JERSEY
Zip Code: 08733
 
Record
SN00968687-F 20060120/060118213837 (fbodaily.com)
 
Source
FedBizOpps 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.