Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

R -- Shoreline Stabilization

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
924110 — Administration of Air and Water Resource and Solid Waste Management Programs
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2V3F97253A003
 
Response Due
9/24/2007
 
Archive Date
10/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20 effective 06 September 2007, DFAR DCN 20070906 and AFFAR AFAC 20070823. This procurement is a 100% set aside for small business. NAICS code is 924110 for administration of air and water resource and solid waste management programs. This is a requirement for shoreline stabilization consisting of construction of a shallow wave energy barrier. Requirement: STATEMENT OF WORK, Oyster Reef Shoreline Stabilization and Restoration Program. 1.0 BACKGROUND: The southeastern shoreline along MacDill AFB is rapidly eroding. The rate of erosion has been estimated to be approximately one foot per year. Shoreline erosion may be due to a number of factors including an increase in the size and volume of commercial ship traffic through Hillsborough and Tampa Bays. Shoreline erosion has been observed at many locations throughout coastal areas around Tampa Bay. Due to the steady shoreline erosion at MacDill, approximately 3,800 square feet of beach along a half mile of remnant coastal shoreline is lost annually. Natural resources along the shoreline have begun to be impacted including the loss of mature coastal vegetation such as historic live oaks, black mangroves, and dense shore grass stands. The loss of this vegetation represents a substantial loss of coastal habitat areas important to protected avian species and other wildlife. To date, MacDill AFB has constructed two segments (permitted) of oyster reef along MacDill southeastern shoreline and has nearly completed construction of the third permitted segment. The first segment, a demonstration project completed in 2004, was used to determine which configuration of oyster domes was most effective at reducing wave energy and stabilizing the shoreline. The next two segments of permitted work focused on stabilizing the extreme southeast corner (Gadsden Point) of the base. MacDill AFB has secured funding from the Department of Defense (DOD) for all of the previously permitted work and has augmented the DOD funds through partnering efforts with other Federal, state and local resource agencies including the US Fish and Wildlife Service, Tampa Bay Estuary Program and the Environmental Protection Commission of Hillsborough County. Securing grants and additional funding for the project has been a critical part of the projects success to date, and will remain essential for the long term success of this project. 2.0 SCOPE: Stabilization of the MacDill AFB southeastern shoreline is being completed through construction of oyster reefs which form a shallow wave-energy barrier approximately 100 feet off-shore where the water is 1.5 to 2.0 feet deep at high tide. The materials used to create the substructure for the oyster reef include pre-fabricated concrete oyster domes and oyster shell bags (constructed on site using fossilized oyster shell and nylon mesh ?bags?). The pre-fabricated oyster domes are designed to reduce wave energy and encourage establishment of oyster and mussel beds/bars. The oyster shell bags also encourage oyster and mussel colonization but do not provide as much vertical relief as the oyster domes. Work on these segments started in 2005 and is expected to be finished in early 2008. This work is showing great signs of success. MacDill intends to construct additional segments of oyster reef between fiscal year (FY) 2008 and FY2012 with the overall goal of stabilizing the entire shoreline south of the base wastewater treatment plant to the marina channel. The area proposed for oyster reef stabilization is shown in attached Figures 1 and 2 and has been broken into segments for planning/programming purposes. 3.0 PROJECT PHASE SUMMARY: Phase Left to Complete Phase Number/Approx of Length of Reef/Estimate Number of Oyster Domes/Estimate Number of Shell Bags/Description Phase 4/1,500 ft/1,350/2,100/Near shore reef using Lo-Pro domes & interior SB Phase 6/1,500 ft/1,350/2,100/Near shore reef using Lo- Pro domes & interior SB Phase 7/1,700 ft/1,530/3,250/Near shore reef using Lo-Pro domes & interior SB Phase 8/1,700 ft/1,530/3,250/Near shore reef using Lo-Pro domes & interior SB Phase 9/3000 ft /1500/0/Off shore reef using Pallet or Bay Ball (size) domes 4.0 Tasks Required for Each Phase: 4.1 Design, Obtain Permits, Monitor Project Plan: Contractor is to prepare project design for the phase of work currently being permitted to include consultation and site visits (2) with the MacDill Environmental Flight (6 CEV) project officer. Create design drawings sufficient to meet the requirement for the permit application packages. Permit and Monitoring requires Contractor to secure the necessary permits to construct section of reef for which the design was prepared. Upon completion of the reef, contractor shall monitor the reef in accordance with permit requirements. 4.1.1 Permit: Prepare permit application packages for permits from Florida Department of Environmental Protection, US Army Corps of Engineers, and Tampa Port Authority/Hillsborough County Environmental Protection Commission. Respond to any Request for Additional Information generated by the regulatory agencies for each permit package. Contractor will be required to conduct site visits with each regulatory agency to show them previously accomplished and proposed new work. 4.1.2 Monitoring: Accomplish monitoring of newly installed reef system as required by the permit (typically semi-annually for two years). Monitoring data shall be presented in spreadsheet format and provide to 6 CEV within 30 days of each monitoring event. Monitoring data will include: 4.1.2.a. Measurement of sediment accumulation/loss behind the domes (a minimum of one monitoring point per 150 linear feet of reef); 4.1.2.b. Average percent oyster recruitment (cover) on the domes; 4.1.2.c. Average oyster size; 4.1.2.d.Documentation of any sighting of marine life on/around the reef; and 4.1.2.e.Document if invasive aquatic species are present (primarily green mussel). 4.1.3 Furnish Reef Building Materials: Furnish all oyster reef building materials necessary to accomplish the permitted design for each phase. Reef building materials will be marine-friendly concrete oyster domes (either Lo-Pro Reef Balls or larger Bay-Ball and Pallet-Ball Reef Balls) and fossilized oyster shell from local sources. The purchase of materials shall include the cost for delivery of the materials to MacDill AFB. For the Lo-Pro Reef Balls, the material will be delivered on a trailer to an upland site adjacent to the proposed reef building area. For the Pallet-Ball Reef Balls, the material will be delivered on a barge. For the fossilized oyster shell, the material will be delivered to an asphalt parking lot in the MacDill AFB marina approximately ?-mile from the reef building site. 4.1.4 Install Reef Building Materials: Installation of reef building materials to construct the oyster reef in accordance with the permitted design. Installation of materials may occur by one of two means as dictated by project timelines and at the discretion of the 6 CEV Project Officer. For either option selected by the Government, the contractor shall be responsible for providing installation oversight (construction supervisor) during the installation to insure that the reef is constructed in accordance with the permitted design. 4.1.4.1. Option 1 - In-House Installation: Generally, the reef building materials shall be installed as an in-house effort using volunteers from the base and community. In this option, 6 CEV will be responsible for organizing the labor pool, coordinating with the contractor?s construction supervisor on placement of reef materials, and directing the volunteers on the day of the reef building event. 4.1.4.2.Option 2 - Contractor Installation: The Government may elect to have the contractor install the reef building materials (oyster domes), and/or construct and install the oyster shell bags (shell bags) utilizing their employees. Contractor shall provide the construction supervisor and labor workforce necessary to install the reef building material. 4.1.4.2.i. Task 1: Installation of 200 Lo-Pro Reef Balls (oyster domes). Contractor shall mobilize 200 oyster domes from the delivery site (trailer) to the reef building site and place the domes as directed by the construction supervisor. 4.1.4.2.ii. Task 2: Installation of 25 Pallet-Ball Reef Balls. Contractor shall unload 25 Pallet-Balls from a barge and placing them into the water as directed by the construction supervisor. 4.1.4.2.iii. Task 3: Installation of 50 Bay-Ball Reef Balls. Contractor shall unload 50 Pallet-Balls from a barge and placing them into the water as directed by the construction supervisor. 4.1.4.2.iv. Task 4: Construction of oyster shell bags. Contractor shall construct oyster shell bags for 18 cubic yards of loose fossilized oyster shell. Once constructed, the contractor must transport the newly constructed shell bags to the reef site where they shall be placed as directed by the construction supervisor. //End of Statement of Work// The resultant contract award will be for a firm fixed priced Indefinate Delivery Indefinate Quantity contract with a total of five (5) ordering periods. The minimum guaranteed amount of $30,000.00 is applicable to the first ordering period only. There will be no minimum guarantee for any subsequent ordering terms. All estimated quantities for the following contract line items are provided for planning purposes. FAR 52.232-18, AVAILABILITY OF FUNDS (APR 1984) IS IN EFFECT FOR THIS SOLICITATION and is applicable to the minimum guarantee amount of $30,000.00. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. THE GOVERNMENTS OBLIGATION UNDER THIS CONTRACT IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDS FOR FISCAL YEAR 2007 FROM WHICH PAYMENT FOR CONTRACT PURPOSES CAN BE MADE. NO LEGAL LIABILITY ON THE PART OF THE GOVERNMENT FOR ANY PAYMENT MAY ARISE UNTIL FUNDS ARE MADE AVAILABLE TO THE CONTRACTING OFFICER FOR THIS CONTRACT AND UNTIL THE CONTRACTOR RECEIVES NOTICE OF SUCH AVAILABILITY, TO BE CONFIR IN WRITING BY THE CONTRACTING OFFICER. ALL QUOTES MUST BE GOOD THROUGH 31 OCTOBER 2007 IN THE EVENT THAT FUNDS DO BECOME AVAILABLE. The vendor is advise to used the material cost computation formula shown for each material item. Delivery orders will be issued to order materials and services for each ordering term. The Government anticpates each ordering term will accomplish a specific project stabilization phase, however each ordering term is not associated to any specific project phase. The contractor is to provide proposed prices for three areas: (1) Work Plan/Monitoring, (2) Reef Building Materials, and (3) Installation of Materials. Specifically, the vendor is requested to submit a proposal in the following format using company letterhead. Contract schedule format for each ordering term is as follows. Contractor to provide contract prices for each ordering term. Date of Contract Award through 30 September 2008 X001 - Work Plan Design/Permits/Monitoring for Project Phase 04 and 06 1 EA $________ X002 - Work Plan Design/Permits/Monitoring for Project Phase 04 and 06 1 EA $________ X003- Reef Building Materials X003AA - Concrete Oyster Domes, Lo-Pro Reef Ball 1 EA $________ x003AB - Concrete Oyster Domes, Bay Ball 1 EA $________ x003AC - Concrete Oyster Domes, Pallet Ball 1 EA $________ x003AD - Fossilized Oyster Shell 1 CY $________ x004 - Install Reef Building Materials x004AA - Install 200 EACH Lo-Pro Reef Balls (Oyster Domes) 1 JB $________ x004AB - Install 25 EACH Pallet Ball Reef Balls 1 JB $________ x004AC - Install 50 EACH Bay Ball Reef Balls 1 JB $________ X004AD - Install Oyster Shell Bags 1 CY $________ END OF BID SCHEDULE PROVISIONS/CLAUSES: Delivery Order issued on the resultant contract will specify the following information: (i) Date of order, (ii) Contract number and order number, (iii) For supplies and services, contract item number and description, quantity, and unit price or estimated cost or fee, (iv) Delivery or performance schedule, (v) Place of delivery or performance (including consignee),(vi) Any packaging, packing, and shipping instructions, (vii) Accounting and appropriation data, (viii) Method of payment and payment office. The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: 52.216-18 ? Ordering (Oct 1995). (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from Date of Contract Award through 30 September 2008. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.(c) If mailed, a delivery order or task order is considered ?issued? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.(End of Clause). FAR52.216-19 -- Order Limitations. (Oct 1995). (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.(b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $100,000;(2) Any order for a combination of items in excess of $250,000; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section.(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 (ten) days after issuance, with written notice stating the Contractor?s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.(End of Clause). FAR 52.216-22 -- Indefinite Quantity (Oct 1995)(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the ?maximum.? The Government shall order at least the quantity of supplies or services designated in the Schedule as the ?minimum.?(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor?s and Government?s rights and obligations with respect to that order to the same extent as if the order were completed during the contract?s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 SEPTEMBER 2013.(End of Clause). FAR 52.212-3, Offeror Representation and Certifications (Offeror must submit a completed copy of this provision with its quotation for the quotation to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-13 -- Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003 Electronic Submission of Payment Requests, use of electronic payment requests is mandatory. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow ? Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies AFFARS 5352.242-9000 Contractor access to Air Force installations (Jun 2002). The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applioes and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause).Also your proposal must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 25 September 2007 by 2:00 PM EST. Submit offers or any questions to the attention of Tina M. Lopez, 6CONS/LGCM, via fax 813-828-7160, or preferably by email to tina.lopez-02@macdill.af.mil.
 
Record
SN01409518-W 20070919/070917221109 (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.