Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
MODIFICATION

S -- Roads and Grounds Maintenance for DNSC Baton Rouge, LA Depot

Notice Date
4/7/2007
 
Notice Type
Modification
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense National Stockpile Center, 8725 John J. Kingman Road Suite 3229, Fort Belvoir, VA, 22060-6223, UNITED STATES
 
ZIP Code
22060-6223
 
Solicitation Number
SP8000-07-T-0017
 
Response Due
4/20/2007
 
Point of Contact
Ralph Ellison, Contract Specialist, Phone (703) 767-5495, Fax (703) 767-5031, - Sharon Blue, Contract Specialist, Phone 703-767-5477, Fax 703-767-5494,
 
E-Mail Address
ralph.ellison@dla.mil, sharon.blue@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. The 6th, 7th, 8th, 9th, and 10th paragraphs on the first page of the description in amendment #1 are changed to read as follows: This notice advises potential contractors of DNSC Solicitation SP8000-07-T-0017 and constitutes a Request for Quote (RFQ) to fulfill the above requirements; to further advise that quotes will be evaluated for “Best Overall Value” using price and other factors, inclusive of options. Any subsequent award will result in a Firm Fixed Price type contract. This is a 100% Small Business Set-Aside, however, all responsible sources may submit a proposal. Proposals from business concerns other than a Small Business concern will be considered only if there are no proposals received from responsible Small Business concerns. Only quotes covering both the basic and option period will be evaluated for award. All offers must be in the English language and in U.S. dollars. The scheduled date and time for submission of quotes for Solicitation SP8000-07-T-0017 is April 20, 2007, 3:00 P.M. local time, Ft. Belvoir, VA. This Combined Synopsis/Solicitation will be available on the World Wide Web at http://www.fedbizopps.gov and https://www.dnsc.dla.mil on or about April 6, 2007. If you intend to submit a quote, please ensure that you provide all required submittals and complete all applicable fill-in clauses per the Combined Synopsis/Solicitation, including signatures where applicable. Submit your quote to DNSC, Attn: Ralph K. Ellison, by the above stated date and time for submission of quotes, at facsimile 703-767-5031. E-mail offers will not be accepted. NOTE: DNSC recommends contractors visit the site prior to submitting their quotes, if possible. To arrange for a site visit, please contact the COR (Ms Sally Tryon or Mr. Ken Mayle) at Ph 330-652-1456 or Fax 330-652-5167. If you have questions regarding this combined synopsis/solicitation, please contact Ralph K. Ellison, Ph 703-767-5495, Fax 703-767-5031. 2. To view the revised version of the full combined synopsis/solicitation (with all changes), please visit DNSC's website homepage, click on Acquisitions, click on Solicitations, then click on Amendment to Combined Synopsis/Solicitation SP8000-07-T-0017. ss to the ore piles during outloading operations. DNSC operations are conducted in limited areas of the storage facility; therefore these services are required only in those areas. REQUIREMENTS The contractor shall provide all necessary labor, supervision, equipment, materials, common replacement parts, and supplies required to accomplish roads and grounds maintenance, as described below, for 12 consecutive months from the date of award: 1) The Contractor shall mow the grass in areas identified in attached Exhibit A every ten days to height between one (1) and one and three quarters (1 ¾) inches in height. The height is a guideline for a neat and professional appearance. All weeds shall be removed or eradicated manually or mechanically, but not chemically. No herbicides shall be applied or used in any way. Mowed areas, including around the base of ore piles, fence lines and ingress/egress roads to ore piles will be trimmed and hand cut as necessary to enable unimpeded access to ore piles. Weather and seasons may vary; however, most mowing will take place during March through December. 2) The Contractor will be responsible for removing fallen limbs/debris off of approximately 3,815 linear feet of fence line and in front of all (4) entrance gates. A path of three (3) feet outside the fence shall be maintained free of vegetation. A path of ten (10) feet free of vegetation shall be maintained inside the fence, so that the fence is visible. Dispose of all debris at an off-base location in accordance with existing local, state, and federal regulations 3) The Contractor shall perform monthly inspections to ensure the facility roads and fence lines used by DNSC (as identified on Exhibit A) are in safe and passable condition and shall submit a monthly written status report to the COR describing the results of each month’s inspection. In the event that any included road or fence line is discovered to be unsafe for driving or walking respectively, due to deterioration damage such as potholes, cracks, or soil decay, the Contractor shall make telephonic notification of the unsafe or impassable condition(s) and any necessary repairs to the COR within 24 hours. SITE CONDITIONS The unmanned DNSC East Baton Rouge (Kaiser) Storage facility is located on Brooklawn Drive in East Baton Rouge. The facility is completely fenced in with a locked access gate. Access to site must be coordinated with the COR located at Warren, OH (330) 652-1456 at least three business days prior to scheduled maintenance operations. The storage facility occupies approximately 50 acres of relatively flat terrain. PERIOD OF PERFORMANCE The period of performance for the base period of the contract is 12 consecutive months from the date of contract award. This contract consists of the base period and (1) one-year option, if exercised. Option will be exercised in successive one year increments in accordance with FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). SUBMITTALS The submittals listed below are required with the offer. The Contracting Officer will approve them prior to award. 1) The Contractor shall provide and maintain a list of employees who are authorized to perform work under this contract. All such employees must provide a valid state driver’s license or a state issued photo identification card. Each employee who will operate a vehicle which exceeds 10,000 Gross Vehicle Weights (GVWs) must provide a commercial driver’s license. 2) The name, addresses, and permit/license number of the landfill(s) that will be used for this contract. See Requirements section paragraph 2. 3) The Contractor shall develop and accomplish a schedule of maintenance services to achieve the requirements as stated above. The schedule shall be provided with the Contractor’s proposal and shall meet all requirements. PROPOSAL The Contractor shall propose a firm fixed price to accomplish these services for the entire performance period. This price shall include all labor, supervision, common replacement parts, materials, equipment, and supplies and shall include all considerations for administration, overhead, profit, and any fees associated with the performance of this requirement. The proposal shall be itemized by each specific service requirement and grouped by each month within the overall performance period. The applicable Wage Determination Number 2005-2231, Revision Number 2 dated 12/19/06 is included in this statement of work. QULAITY SURVEILLANCE & ACCEPTANCE The COR shall verify work has been completed in accordance with the requirements by the following facilities inspections; routinely conducted at ninety day intervals: a. Monthly status reports of facility roads and fence line inspection results were received . b. Grass is mowed in all areas. c. Vegetation is controlled along fence-lines and around the bream of the ore piles as identified on Exhibit A. d. Fences and gates are free of interfering vegetation. e. Work shall not be considered complete until all accumulated trash, debris, litter, etc., is removed from the premises and properly disposed of by the Contractor. f. The Contractor’s schedule for these inspections must be coordinated such that the COR can be present to observe and verify that the system is fully functional. Failure to have a Government representative present will result in nonpayment. EVALUATION CRITERIA Evaluating criteria are listed below in order of importance: (1) Experience: Determination of the contractor’s level of expertise will be based on the number of similar projects accomplished within the past three (3) years. Greater consideration will be given to contractors that have performed identical work on similar system, any work on identical systems, and similar or identical work for other elements of the Federal Government. (70%) (2) Price: (30%) IDENTIFY A CONTRACTING OFFICER REPRESENTATIVE (COR) Sally Tryon/ Ken Mayle GOVERNMENT FURNISHED EQUIPMENT None CONTRACT ADMINISTRATION 1. Invoices The Contractor shall submit one copy of a proper invoice to the COR: DLA/DNSC-MOWA ATTN: Sally Tryon / Ken Mayler Pine Street Ext Warren, OH 44482 Ph 330-652-1456 Fax 330-652-5167 2. Payments Do you accept payments by Government Visa ___ Yes ____ No 3. Charges for the Account of the Contractor Contractor’s debts arising out of the performance of this or previous contracts may be deducted from any invoices presented for payment against this contract as permitted in FAR 52.232-1, Payments. 4. Contracting Officer All correspondence regarding contract administration should be addressed to the Contracting Officer. Only the Contracting Officer has the authority to (1) direct or negotiate any change in the contract; (2) modify or extend the contract period; or (3) otherwise change any terms and conditions of this contract. The Contractor shall submit requests for modification of this contract to the Contracting Officer with a copy of the request to a properly appointed Contracting Officer Representative (COR). 5. Use of Premises The Contractor shall comply with all regulations governing the operation of the premises and shall perform this contract in such a manner as not to interrupt or interfere with the conduct of other business at the DNSC Baton Rouge Depot. All waste and debris generated by the Contractor shall become the property of the Contractor and removed by the Contractor at his own expense. The Contractor shall gather, prepare, package, remove from the depot, and properly dispose of all waste materials and debris in accordance with prevailing Federal, State, and local statues and regulations. When specific task orders involve removal and disposal of hazardous materials the Contractor shall develop, submit to the Government for approval and follow a hazardous materials handling/disposal plan for that task order. Conditions of hazardous materials handling/disposal plans are unique to each task and shall be identified to the Contractor when cost estimates for services under this agreement are requested. 6. Additional Requirements: Contractors are prohibited from bringing any trash, solid waste, sludge, liquid waste, debris or any other refuse on site. Contractors are responsible for providing appropriate containers for the wastes they generate, and for arranging removal from DNSC properties and conveyance to disposal sites. Hazardous materials must be disposed of through certified waste handlers, and Documentation to verify custody from origin to destination and disposal at an appropriately licensed facility must be provided by the contractor. Contractors must submit a plan to comply with the disposal requirements of materials affected under each respective contract. Contractors may not vary from their approved hazardous waste disposal plan without authorization from the Contracting Officer. It is prohibited to discharge into the storm water or sanitary sewer system. Disturbed-soil areas must be minimized and bermed/dyked for erosion control. All contractor-supplied equipment must be in good operating condition. Equipment with visible engine smoking or leaks of oil, coolant, or other materials will not be permitted on the property. Any spills or leaks of materials must be reported immediately to the COR or Contracting Officer, or if serious, call 911. Contractors must have Material Safety Data Sheets (MSDS) for all chemicals used for the project. APPLICABLE PROVISIONS & CLAUSES INCORPORATED BY REFERENCE: This solicitation / contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far FAR 52-204-7 -212-1 -212-2 -212-4 -213-2 -232-1 -232-8 -233-1 -242-15 -242-17 -243-1 -243-1 Alt II -246-4 -249-4 -249-8 -252-204-7004 Alt A APPLICABLE PROVISIONS & CLAUSES INCORPORATED IN FULL TEXT: INSURANCE CLAUSE The Contractor shall procure and maintain during the entire period of performance under this contract including any extensions, such minimum insurance as herein stipulated in accordance with FAR 28.307-2 and FAR 52.228-5. (a) Worker’s compensation and employer’s liability. The Contractor is required to comply with applicable Federal and state worker’s compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer’s liability section of the insurance policy, except when contract operations are so commingled with a contractors commercial operations that it would not be practical to require the coverage. Employer’s liability coverage of at least $100,000 is required, except in states with exclusive or monopolistic funds that do not permit worker’s compensation to be written by private carriers. (b) General liability. Bodily injury insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (c) Automobile liability. The contractor is required to provide automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (d) The general liability and automobile policy shall name, “The United States of America, acting by and through the Defense Logistics Agency/DNSC”, as an additional insured with respect to operations performed under this contract. (e) Each policy shall include the following provisions: “It is a condition of this policy that the Company shall furnish written notice to the Contracting Officer (DNSC-CI), Defense Logistics Agency/Defense National Stockpile Center, 8725 John J. Kingman Road, Suite 3229, Fort Belvoir, VA 22060-6223, 30 calendar days prior t the expiration of current policies. (f) Insurance shall be effective and evidence of acceptable insurance furnished prior to commencing operations under this contract. The Contractor shall furnish the Contracting Officer, as evidence of required insurance, certified true copies of liability and automobile policies, as well as changes thereto. Renewal policies shall be furnished not less than five (5) calendar days prior to the expiration of current policies. (g) Nothing contained herein shall be construed as a limitation upon the application of other laws or regulations which may establish more stringent requirements. (h) The Contractor shall insert the substance of this clause in subscriber’s contracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required herein. The Contractor shall maintain a copy of all subcontractors’ proofs of required insurance, and shall make copies to the Contracting Officer upon request. (End of Clause) NOTE: To view the complete Combined Synopsis/Soliciation please go to the DNSC webpage at https://www.dnsc.dla.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-APR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-MAY-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DNSC/SP8000-07-T-0017/listing.html)
 
Place of Performance
Address: DNSC Depot Brooklawn Drive Baton Rouge, LA
Zip Code: 70807
Country: UNITED STATES
 
Record
SN01296341-F 20070518/070516222343 (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.