Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
MODIFICATION

S -- Parking Lot Tree Removal - SC101 North and South, NIEHS ? RTP, NC 27709

Notice Date
9/1/2006
 
Notice Type
Modification
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43 MSC 5711, Bethesda, MD, 20892-5738, UNITED STATES
 
ZIP Code
20892-5738
 
Solicitation Number
ORF-NC-06-Q-1001
 
Response Due
9/11/2006
 
Archive Date
9/26/2006
 
Point of Contact
Kyle Turner, Contracting Officer, Phone 919-541-5763, Fax 919-541-5789,
 
E-Mail Address
turnerky@mail.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment as follows: All other postings are hereby deleted and replaced with the following: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Provisions and clauses in effect through FAC 2005-12 are incorporated. The National Institute Environmental Health Sciences (NIEHS) Campus located within the Research Triangle Park (RTP), North Carolina, has a need for the removal of approximately 78 hardwood trees located in the medians of the North and South parking lots. OBJECTIVE: The objective is to eliminate the obstruction of the security surveillance system by removing the trees and restore the areas, while ensuring minimal disruption of the availability of parking and entrance to the campus facility during normal business hours. Q&A (government response) Question: Can the chips be scattered into a woodland area and spread neatly to a depth of 2-3 inches on site? Government Response: No - The tree debris will be removed from the site by the Contractor who will be responsible for all loading, transportation, and disposal costs. Question: When do you anticipate award of this job? Government Response: Before Sept 30, 2006 Question: Because of the extremely dry conditions at the site currently, can the contractor hydroseed and apply a wheat straw cover to the turf areas to restore the grass to eliminate the need for additional watering if he guaranteed an acceptable stand of grass? Government Response: Yes - The government consider this an acceptable approach. The grass seed should be a blend of fescue without Kentucky 31 fescue variety. The term sod repairs mean area restoration or re-establishment. All area restoration or re-establishment repairs should be to normal landscape standards. The government does not expect rolled sod to be installed. Question: The sod probably would require intensive watering for weeks to establish under the current conditions, if sodding is the only alternative, is the contractor responsible for watering the sod until it is established or just the initial watering? Government Response: See previous response. Rolled Sodding is not the only alternative or acceptable approach. Question: Will the government supply a source for the water at no cost to the contractor? Government Response: Yes - Upon request and with coordination by the Project Officer. Question: Does the government require this work to be performed under the direct supervision of a certified arborist? Government Response: NO Question: Will the government provide a temporary staging area for this project? Government Response: NO Question: Could the government provide a copy of the sign in sheet for the site visit scheduled today? Government Response: Upon written request Question: Will the government have the underground utilities marked before any stump grinding is attempted? Government Response: Yes Question: Would you consider making this a HubZone preference solicitation? Government Response: Consideration was evaluated during acquisition planning. No change will be made at this time. Additionally, Per FAR 19.1305 HUBZone set-aside procedures in paragraph (a) which states - A participating agency contracting officer shall set aside acquisitions exceeding the simplified acquisition threshold for competition restricted to HUBZone small business concerns when? Note: The estimated amount of this requirement does not exceed the Simplified Acquisition Threshold. Question: What is the format of the proposal you require? Government Response: Refer to the EVALUATION FACTORS FOR AWARD within the solicitation and prepare a Technical (Approach and Past Performance) and Price Quote. The price quote should be on a lump sum basis. The award shall be based on the lowest price, technically acceptable Quote representing the best value to the Government. Question: Does resodding include naked places already in the median? Government Response: No Question: Do we have to guarantee the sod living, because of no water supply? Government Response: See above Question: Can a border of mulch be made at the outer edge of woods by parking lot? Government Response: No - The tree debris will be removed from the site by the Contractor who will be responsible for all loading, transportation, and disposal costs. Question: Can equipment be left on the grounds when not in use during the week? Government Response: No Question: Who marks the underground electrical wires? Government Response: Government Question: Do you disclose the winning bid price to all bidders? Government Response: Upon written request Question: Will the solicitation be priced per tree or lump sum? Government Response: Lump Sum Question: Can work be performed only on weekends or holidays? Government Response: Yes Question: Please clarify the approximate number of trees? Government Response: Approximately 78 Question: How much sod will be used or estimated amount per tree? Government Response: The approach for area restoration should be proposed in the Technical Approach section of the quote. See revised Objective and Statement of work. REVISED STATEMENT OF WORK All of the hardwood trees (approximately 78 trees) located in the medians of the North and South parking lots will be removed, properly disposed of off the NIEHS South Campus site, and the areas restored. - The trees will be removed only on, weekends and Government holidays (other than normal-business hours) to reduce the disruption to 24/7 - NIEHS activities. The parking lots will be blocked from all traffic during the times the Contractor is working. - The removal of the trees will require the protection and safe-guard of the thirty foot light and camera poles and all equipment on the poles including the concrete footings and electrical boxes at the base of the poles, the concrete curbing, and asphalt parking lot surfaces by the Contractor. The bushes and shrubs in the parking lot medians will remain, as appropriate. However, bushes and shrubs may be trimmed or removed accordingly when adjacent to the trees with coordination and approval by the Government project officer. Damaged shrubs and bushes will be trimmed appropriately or removed if destroyed. - The tree debris will be removed from the site by the Contractor who will be responsible for all loading, transportation, and disposal costs. - The tree stumps should be ground to a minimum six inches below the surface and the holes filled with a quality top soil. - Grass seed, when used for restoration should be a blend of fescue with no Kentucky 31 fescue variety. All restoration or re-establishment repairs should be to normal landscape standards. - The parking lot areas will be returned to the original or better conditions. - The Contractor will supply all labor, required equipment, supplies, safety equipment, disposal and governmental fees, and cleanup including possible chemical spills. - Proper safety procedures should be taken by the Contractor for all equipment and for all personnel. A company safety plan should be included as part of the Contractor?s work plan. - The Government contract officer may request further information or clarification of the information submitted by the contractors. Damage to the site including the light and camera poles, attached equipment, parking lot surfaces and proper area restoration are the responsibility of the Contractor. EMPLOYEES: The contractor shall ensure all employees working on the NIEHS Campus possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: (http://www.dol.gov/compliance/guide/aw.htm#whowhich ). Additionally, Contractor employees will follow all NIEHS regulations - submission of contractor employees names and work schedule to the Government project officer to be submitted to the NIEHS Security office and to the main entrance gate guards (the Government project officer should be contacted of any changes of this information before the arrival of the contractor employees), possession of pictured identification such as a valid state drivers license or other valid identification card for each employee for review at the main entrance gate (vehicles may be searched going in and out of the Institute by the NIEHS security), each employee shall obtain a pictured contractor?s badge at the NIEHS security office between 8:00 AM and 4:00 PM - Monday - Friday, parking in service parking spaces (limited to two per contractor) during regular working hours with a NIEHS parking permit (available at the main security office to be issued for each month) or the Contractor?s company logo on the sides of the vehicle (after-hour parking at the loading docks may be available if extensive material unloading and frequent trips to the vehicle are required with approval of Government project officer and notification of NIEHS security); employee personal vehicles may be parked in the NIEHS main parking lot located above South Campus building 101 when issued a temporary parking pass; smoking in permitted areas only; and no firearms, explosives, pets/animals, or illegal drugs are allowed. The Government project officer will be available supply any information to the contractor concerning Institute regulations. EVALUATION FACTORS FOR AWARD TECHNICAL ? Approach: A projected job performance plan based on the objective and Government Statement of Work. ? Past Performance: Submit Past Performance references including work history of tree removal projects of similar size PRICE ? The lowest price technically acceptable offeror representing the best value to the Government. The Award will be based on the best value to the Government consider the evaluation of the Lowest Firm-Fixed Price Technically (performance plan and past performance) Acceptable Offer. PROPOSAL INSTRUCTIONS AND FORMAT Failure to address the requirement in the solicitation may result in an unacceptable proposal. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number 2) Time specified for receipt of offers 3) Name, address, and telephone number of offeror 4) Terms of any express warranty 5) Technical (Approach and Past-Performance) and Price Quote and any discount terms 6) Acknowledgement of all amendments published 7) completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 8) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation 9) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. 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, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (d), and (e) applies to this solicitation. FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), Notice to the Government of Labor Disputes, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.232-18 Availability of Funds, FAR 52.247-34 F.O.B. Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, FAR 52.252-2 Clauses Incorporated by Reference (located at http://www.acquisition.gov/far/ ). The following are also applicable to this solicitation: Companies shall also comply with PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition In order to be determined responsible, companies shall be registered in CCR, provide DUNS number, Cage Code, and TIN. ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. Proposals shall be submitted by email only to Kyle A. Turner at: turnerky@mail.nih.gov Proposals are due by 4:00 p.m. EST on September 11, 2006. No phone calls will be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-SEP-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/HHS/NIH/ORS/ORF-NC-06-Q-1001/listing.html)
 
Place of Performance
Address: National Institutes of Health Office of Acquisitions - ORF Facilities Services Contracting Branch 111 T. W. Alexander Dr, MSC 02-05 Research Triangle Park, NC 27709
Zip Code: 27709
Country: UNITED STATES
 
Record
SN01133312-F 20060903/060901230025 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.