Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOLICITATION NOTICE

Z -- SALVAGE 70 NATIVE TREES, DIG, FEED, WATER, GUARANTEE SURVIVAL, MATHER POINT/CANYON VIEW VISITOR CENTER, GRAND CANYON

Notice Date
3/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
Q8219091118
 
Response Due
3/24/2009
 
Archive Date
3/18/2010
 
Point of Contact
Elizabeth A. Baierl Contract Specialist 9287741594 Elizabeth_baierl@nps.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number: Q8219091118. This solicitation document and the incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-26. The National Park Service, Grand Canyon National Park, Arizona intends to award a Commercial Firm-Fixed Price contract for the following: GENERAL. The National Park Service (NPS), Grand Canyon National Park (GRCA), will begin to initiate the on the ground actions required to implement the South Rim Visitor Transportation Plan (SRVTP) within the next month. The plan calls for the construction of new parking lots at Grand Canyon Visitor Center, re-routing traffic into the new lots, and the demolition of portions of the road near Mather Point. During this project, restoration or landscaping activities will occur on approximately 10 acres of land. In an effort to maximize the age structure and accelerate the speed of plant community succession, The Grand Canyon National Park has a requirement for the salvage and storage of native tree material to support an ongoing construction project. In this work statement, salvage refers to digging, root balling, and moving the trees off site. This work requires a professional level of expertise to ensure salvaging of the trees STATEMENT OF WORK The Contractor shall provide all logistics, labor, materials, transportation, supervision, and inspection to ensure in the salvage of native trees as defined below. a.Contractor will provide for the professional digging of a total of 50 native trees (40 pinyon pine, 10 juniper); NPS staff will flag 70 trees to provide a cushion.b.Contractor will prepare each tree for storage for 12 months (through April 15, 2010), which will require that each tree has a sufficient size root ball, that the root ball is either wrapped in burlap (preferred) or boxed.c.Contractor will ensure that the salvaged trees fall into the following categories (50% in the 6-9' height category; 50% in the 9-12' height category).d.Contractor will move / heal the 50 trees into on on-site soil berm provided by the NPS; soil berm will be within mile of the salvage site.e.Within five days after completion of work, Contractor shall provide GRCA Vegetation Program staff with written instructions regarding how to care for the trees for up to a 12 month period, with specific details for each season of the year. GRCA will provide documentation that tree care methods are followed. f.Contractor will provide overnight accommodations for the crew, if necessary. Contractor's price shall be inclusive of all necessary logistics. g.Contractor will provide all equipment, tools, and transportation necessary to dig the trees, prepare the root balls for storage, and move the trees to the long-term storage site.h.Contractor will ensure that all equipment and tools used for this project have been power washed and are free of plant / soil material.i.Contractor will guarantee that a minimum of 90% of the 50 trees (45 total trees) will survive until they are ready to be transplanted (through April 15, 2010); after that time, the burden of survival will fall to the NPS. Failure to meet the 90% survival rate will be subject to a deduction (0-10%) in the final payment.All OSHA regulations pertaining to the operation of heavy equipment must be followed by contractors involved in large tree salvage. http://www.osha.gov3.POTENTIAL HAZARDSThe work may need to be implemented during inclement weather conditions, including snow and extreme cold. The ground substrate is Kaibab limestone, which presents an extremely challenging situation for large tree salvage and does present hazards when digging with equipment. The project site is in a location where a road / parking lot will be constructed; at this time, no roads exist and access to the site will require off road travel. Work crews may encounter wildlife in GRCA. Because of the noise of machinery, California condors may become curious and fly around the job site area. If you see a California condor, notify the Contracting Officer's Representative (COR) immediately so that person can take the appropriate steps. 4.STAGING THE WORKThe Contractor shall avoid ground disturbance outside the project area and will ensure that no damage to the ground, resources, or objects located outside of the flagged / fenced construction zone occurs.5.GOVERNMENT-FURNISHED MATERIALS/SERVICESThe Government will provide the following materials/services:a.A minimum of 70 trees will be flagged, allowing the Contractor 20 trees to help ensure that the 90% survival rate is met. For example, the contractor must guarantee that 45 trees survive up to one year in the berm, so salvaging additional trees beyond the 50 requested will increase the potential to meet this requirement. If the Contractor would like to propose another methodology to ensure survival, please provide in bid package.b.The COR will provide an orientation to the project site, including the storage berm.6.DELIVERY SCHEDULEContractor must complete all work and be off-site no later than 30 April 2009.7.BID FORMATProvide breakdown by size category, and a final total for the full project, including all associated costs.8.SUMMARY OF DELIVERABLESNative tree salvage as described above.9.CONTRACTOR PAYMENT SCHEDULEContractor must submit invoice after completion of work. Upon Government acceptance of work, payment will be made. 10.TECHNICAL COORDINATIONOnce the Contractor is selected, the NPS Contracting Officer's Representative for this action is Kassandra Theobald, Restoration Biologist, Phone: (928) 638-7857For questions during bid process, please contact Lori Makarick, Vegetation Program Manager, Phonse: (928)226-016511.ADDRESS FOR DELIVERABLESAll deliverables shall be submitted to the Contracting Officer's representative (COR). This procurement is a total set aside for Small Businesses, NAICS 541360, size standard $7.0. Service Contract Act (SCA) wage decision is applicable: Arizona, SCA Decision 2005-2023 Revision 9 is applicable. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Contractor shall provide price for CLIN 0001, one project. EVALUATION CRITERIA The following criteria will be considered for evaluating past performance and skills. Offerors shall submit information on recent and relevant projects which successful completion has been achieved. The information must contain references, resumes, or other documentation with enough information to allow the evaluators to determine if the required level of experience has been met. To be considered recent and relevant, the previous work experience must be of similar scope and magnitude and not older than three years preceding this announcement: Must be able to demonstrate at least three years' experience in tree salvaging. Provide references for verification with offeror's proposal. In order to be eligible for award, contractor must provide Representations and Certifications for small business status verification. The Online "ORCA" website is desired for this verification. Contractor must be registered in Central Contractor Registration (CCR) database and must provide their DUNS number and Taxpayer ID (T.I.N.) for verification. BASIS FOR AWARD: Award will be made to the offeror possessing the technical qualifications and experience outlined in this solicitation and offering the overall best value, price and other factors considered. The following provisions and clauses apply: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items [fill-in: Technical acceptability of proposed item to fulfill Government need, Price; 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items with following clauses incorporated: FAR 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965, Clauses Incoporated by Reference: http://www.arnet/gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm This combined synopsis/solicitation closes on March 24, 2009 at 2 PM M.S.T. Submit quotations via email to Elizabeth_Baierl@nps.gov no later than 2:00 p.m., March 24, 2009. END OF COMBINED SYNOPSIS/SOLICITATION
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0696de28bd08703dc9ac74628a863f6f&tab=core&_cview=1)
 
Place of Performance
Address: GRAND CANYON NATIONAL PARK, ARIZONA<br />
Zip Code: 86001<br />
 
Record
SN01771669-W 20090320/090318215343-0696de28bd08703dc9ac74628a863f6f (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.