Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2009 FBO #2707
SOLICITATION NOTICE

S -- Removal and cleanup of sandbags, emergency sandbags dikes, sandbag fill material and poly sheeting placed for protection of the city of Moorhead, MN following the 2009 flooding event.

Notice Date
4/23/2009
 
Notice Type
Modification/Amendment
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, St. Paul, US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES09T0030
 
Response Due
4/26/2009
 
Archive Date
6/25/2009
 
Point of Contact
Tracey Lowe, 601/631-7707<br />
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Solicitation No. W912ES-09-T-0030 has been replaced in its entirety. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation No. W912ES-09-T-0030 is being issued as a Request For Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-32. This procurement is 100% set-aside for Hubzones located in the counties in Minnesota included in the emergency declaration under the Stafford Act, Declaration number FEMA-1830DR. Quotes will not be accepted from firms in other counties or states. The NAICS Code for this procurement is 562111 (SIC 4953) with a size standard of $12.5M. The U.S. Army Corps of Engineers (USACE), St Paul District has a requirement for the removal and cleanup of sandbags, emergency sandbag dikes, sandbag fill material and poly sheeting placed for the protection of the City of Moorhead, MN, following the 2009 flooding event. This procurement may be quoted as follows: Line Item 000l Supplies/Services: Sandbag removal from public Rights of Way and front and side yards of private property, Estimated Quantity: 20,000, Unit: Net Ton (2000lbs), Unit Price: $________, Total Price Line Item 0001:$________. Line Item 0002 Supplies/services: Sandbag removal from private property back yards. Estimated Quantity: 30,000, Unit: Net Ton (2000 lbs.), Unit Price:$_________. Total Price for Line Item 0002 $_____________. Quantities are maximum estimates and are not guaranteed. Total price is a Not to Exceed (NTE) amount and may not be exceeded without a modification to the purchase order. 0001 and 0002 Sandbag Removal, Moorhead, MN. GENERAL 1.The purpose of this scope of work is to define the requirements for removal and cleanup of sandbags, emergency sandbag dikes, sandbag fill material and poly sheeting placed for the protection of the City of Moorhead, MN, following the 2009 flooding event. Tipping fees (if any) and all other costs for disposal of sandbags and all other material are the responsibility of the Contractor and should be considered in the suppliers quotation. Award will be a Firm-fixed price, commercial purchase order for the area(s) within the City limits of Moorhead to be specified at the time of issuance of the purchase order(s). All purchase orders for an individual Line Item will be issued to a single supplier. However, the Government reserves the right to issue purchase orders to a single supplier for Line Item 1, and to a separate single supplier for Line Item 2. 2. The sand bags that are removed will not be reused and shall be disposed of in the designated dumpsite located at 4200 29th Avenue South. SERVICES The Contractor shall: 1. provide all equipment, operators, and laborers for sandbag removal operations which includes, but is not limited to segregation, removal, hauling, disposal on public, commercial, or private property as specified in the purchase order. The Contractor may conduct work on private or commercial property if directed by the Contracting Officers Representative (COR). The Contractor will not be directed to work on private or commercial property without written direction from the COR, nor without approved documentation for right of entry (ROE). The Contractor shall exercise reasonable care not to damage public or private property utilizing the appropriate equipment and mats to minimize damage. The Contractor shall leave the sites in a state to minimize hazards to the public, to include leveling of damaged areas such as ruts or holes. The Contractor will not be required to restore or reestablish sod. 2. The Contractor shall provide sandbag removal crews for each disaster area, for the number of days specified. Daily production rates will be established by purchase order(s) to ensure all work described in the Statement of Work at all sites is completed not later than 21 days after the initial notice to proceed to the Contractor. 3. The Contractor shall not move from one designated work area to another designated work area without prior approval from the COR. 4. The Contractor shall be expected to make a minimum of 2 passes though the affected area with at least one weekend between passes. 5. The Contractor shall conduct the work so as not to interfere with other disaster response and recovery activities of federal, state, and local governments or agencies, or of any public utilities. 6. Upon completion of removal activities, the Contractor shall ensure the site is left in a state to minimize hazards to the public. This includes street sweeping, leveling of disturbed turf areas by back dragging, cordoning off hazards such as damaged utility boxes, trenches and holes. DUMPSITES 1. The Contractor shall use only the designated dumpsite located at 4200 29th Avenue South for disposal of all material included in this statement of work. The Contractor shall be responsible for the management of the disposal of all materials at the dumpsite, management of contractor equipment and labor at the dumpsite, and management of storm water run off in accordance with all applicable federal, state, or local laws or regulations related to the Contractors activities at the dumpsite. Temporary scales will be set up at or within close proximity to the dumpsite for weighing trucks prior to dumping their load. PERFORMANCE SCHEDULE 1. The Contractor shall commence mobilization immediately upon issuance of purchase order and notice to proceed. The Contractor will perform in accordance with the purchase order in all designated work areas established therein. The Contractor will provide a minimum of 5 crews to commence debris removal operations within 24 hours of issuance of purchase order notice to proceed. A minimal acceptable removal crew is composed as follows: 5 dump trucks 16-20 cy capacity and drivers, 1 front end loader and operator, 1 foreman / Quality Control, 3 laborers / flagmen. The Contractor shall conduct operations to complete removal as quickly as possible. 2. The Contractor shall work 7 days per week during day light hours only. EQUIPMENT 1. All trucks and equipment must be in compliance with all applicable federal, state, and local rules and regulations. Frameless dump trailers are not acceptable. 2. Truck loading shall comply with state, local, and Department of Transportation rules and regulations including weight limitations and the covering of truckloads. 3. Prior to commencing sandbag removal operations, the Contractor shall present to the Governments representative all trucks and/or trailers that will be used for hauling for the purpose of determining hauling capacity. Tare weight will be recorded and marked on a sign on each truck or trailer. Each truck or trailer will also be numbered for identification. The signs shall contain the following information: Company Name, Truck Number, Tare Weight, Inspected by, and Date. REPORTING 1. The Contractor shall submit a Daily Operational Report to the COR by 8:00 a.m. (0800) each day for the previous days work during the term of the contract. Each report shall contain, at a minimum, the following information: Contractors Name, Contract Number, number of removal crews, daily and cumulative tons removed, location of removal, and percent of the total work identified in the purchase order completed. OTHER CONSIDERATIONS 1. The Contractor shall assign and provide an Operations Manager (OM) to serve as the principal liaison with the Corps of Engineers Contracting Officer or his/her designated representative. The assigned OM must be knowledgeable of all facets of the Contractors operations and have authority in writing to act on behalf of the Contractor. The OM shall be on call 24 hours per day, seven days per week. 2. The Contractor shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the Contractors personnel and equipment is the responsibility of the Contractor. Additionally, the Contractor shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. 3. The Contractor must be duly licensed to perform the work in accordance with applicable federal, state, or local statutory or regulatory requirements. The Contractor shall determine what permits are necessary and obtain those permits required to complete the work at his cost. Copies of all permits shall be submitted to the COR within 24 hours of issuance of the purchase order. Trucks shall travel on designated truck routes. 4. The Contractor shall be responsible for correcting, at his or her sole expense, any violations of federal, state, or local laws or regulations resulting from the actions of the Contractor or his subcontractors, including, but not limited to, violations related to environmental, safety, or occupational health requirements. 5. The Contractor shall be responsible for control of pedestrian and vehicular traffic in the work area. SAFETY PROVISIONS 1. The Contractor shall perform all work in accordance with the 15 Sep 08 edition of EM 385-1-1. PAYMENT 1. Cost for labor, equipment, taxes, fees, and all material disposal will be included in the unit price quoted. The measurement will be based on daily scale tickets to the nearest 10th of a ton, and will be verified by the COR in the Daily Operational Report which will be the basis for payment. 2. Payment will be made for the number of tons hauled as determined by weight at the disposal site at the unit price specified for the Line Item up to the Not to Exceed (NTE) amount of the purchase order. 3. Separate payment will not be made for providing and maintaining an effective Quality Control Program, and all costs associated therewith shall be included in the applicable unit price contained in the quote. SITE INSPECTION 1. Each prospective contractor shall inspect each reach (site) prior to providing a quote to become familiar with the conditions and requirements associated with the removal and cleanup of each site. Unfamiliarity with each site, access restrictions, or disposal requirements, will not be cause for a change to the contract price or schedule. Area maps depicting the approximate locations of the sandbag and dumpsite are available upon request. MEETINGS 1. After a purchase order has been issued, the Contractor shall attend a pre-work conference with the COR at the U.S. Army Corps of Engineers office in Fargo, ND. The purpose of this meeting is to discuss work hours, schedule, safety, scope of work, and to review other contract requirements. Quality Control 1. The Contractor is responsible for quality control and shall establish and maintain an effective quality control system. The Quality Control system shall consist of written plans and procedures and the necessary organization to meet the contract requirements. The system shall cover all removal operations. Submittals. 1. The Contractor shall submit the following information with the quote package to verify the Contractors plans for delivery meet the requirements of this solicitation: Operations Plan: To include equipment, labor, and materials anticipated for use under this contract with the appropriate markings to designate the equipment and identify trucks and tare weights, mobilization schedule, and procedures to perform removal operations. Accident Prevent Plan: To fully comply with USACE EM 385-1-1. Quality Control Plan: Establish and maintain an effective quality control system to meet contract requirements for the removal operations and identify an operations manager to serve as principal liaison with the Corps of Engineers Contracting Officer or the designated representative. Failure to provide all required submittals may be cause for your quote/offer to be rejected as non-responsive. Evaluation and Selection Procedures. FAR Clause 52.212-1 Instructions to Offerors--Commercial Items (JUN 2008) applies to this acquisition. All quotes submitted will be evaluated for technical capability. The government will issue purchase orders to the supplier whose quote is the lowest priced of those determined to meet at least the minimum requirements for capability to perform. All purchase orders for an individual Line Item will be issued to a single supplier. However, The Government reserves the right to issue purchase orders to a single supplier for Line Item 1, and to a separate single supplier for Line Item 2. 2. Significant factors that will affect contract award are listed below: a. Operations - The Contractor shall provide sufficient documentation of experienced management, sufficient number of personnel and equipment to demonstrate that they have the capability to perform the required work in the time required. b. Company Experience In order to be determined to be technically acceptable, the offeror must demonstrate that it possesses a minimum of 3 years experience on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills. c. Past Performance In order to be determined to be acceptable, the offeror must demonstrate that its firm has had acceptable performance on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills. The prospective contractor must submit contact information, including phone numbers, to allow the Government to verify past performance information. Prospective contractors shall submit a list of at least three but no more than five performance references for work performed since 2001 by the prospective contractor, including the project involved and contact information for the client. If less than three past performance references are submitted, they will be evaluated, and the lack of the requested number of projects will not be evaluated favorably or unfavorably for this factor provided the prospective contractor certifies that additional past performance information is not available and provides an acceptable explanation as to why additional past performance is not available. The Government will evaluate the information/performance data provided by prospective contractor, plus the Government may obtain information from other sources, such as Government databases. Prospective contractors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil.; FAR 52.212-4 - Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev) and the following clauses cited within that clause: FAR 52.219-6 Notice of Total Small Business Set-aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52-219-14 Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-41 Service Contract Act of 1965; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. The following Clauses are also applicable to this acquisition: DFARS 252.204-7001 Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items; FAR 252.232-7003 Electronic Submission of Payment Requests. See Clause 252.204-7004 ALT 1. The following clauses are provided in full text and are applicable to this acquisition: Note: Prospective contractors must check the appropriate block in the clause 52.226-3 52.226-3 DISASTER OR EMERGENCY AREA REPRESENTATION (NOV 2007) (a) Set-aside area. The area covered in this contract are the included counties in the 1830 DR Disaster Declarations for the state of Minnesota. (b) Representations. The offeror represents that it ( ) does ( ) does not reside or primarily do business in the set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months-- (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror's gross revenues and employed at least half of the offeror's permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include-- (1) Physical location(s) of the offeror's permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror's gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. (End of provision) 52.226-4 Notice of Disaster or Emergency Area Set-Aside. As prescribed in 26.205(b), insert the following clause: NOTICE OF DISASTER OR EMERGENCY AREA SET-ASIDE (NOV 2007) (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in the counties of the State of Minnesota declared as disaster areas under the emergency declaration FEMA-1830DR. Quotations received from other businesses shall not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract. (End of clause) 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area. As prescribed in 26.205(c), insert the following clause: RESTRICTIONS ON SUBCONTRACTING OUTSIDE DISASTER OR EMERGENCY AREA (NOV 2007) (a) Definitions. The definitions of the following terms used in this clause are found in the Small Business Administration regulations at 13 CFR 125.6(e): cost of the contract, cost of contract performance incurred for personnel, cost of manufacturing, cost of materials, personnel, and subcontracting. (b) The Contractor agrees that in performance of the contract in the case of a contract for (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the Contractor or employees of other businesses residing or primarily doing business in the area designated in the clause at FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside; (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The Contractor or employees of other businesses residing or primarily doing business in the set-aside area shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials; (3) General construction. The Contractor will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area; or (4) Construction by special trade Contractors. The Contractor will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area. (End of clause) If you are not registered in the CCR, an award may be made to your company; however, you will be required to register as soon as possible following award, and registration expedites payment. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 26 April 2009 not later than 12:00 p.m. at the USACE ST PAUL DISTRICT, 190 5TH Street E, ST PAUL, MN 55101-1638, ATTN: Tracey M.Lowe. For information concerning this solicitation contact Tracey M. Lowe at 651-252-9670 or email at Tracey.M.Lowe@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8435c8c36a5928874f6796b4a541168&tab=core&_cview=1)
 
Record
SN01799989-W 20090425/090423215221-e8435c8c36a5928874f6796b4a541168 (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.