Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOLICITATION NOTICE

F -- RECOVERY--F--Clearing services of the left and right bank levee's located at the Harry S. Truman Project, Warsaw, Missouri.

Notice Date
7/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-T-0103
 
Response Due
7/16/2009
 
Archive Date
9/14/2009
 
Point of Contact
margie.slavens, 660-438-7317<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(margie.a.slavens@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-31 and Defense Federal Acquisition Regulation Supplement 20090115. The government intends to compete a firm-fixed price procurement that is SET-ASIDE FOR SMALL BUSINESS. The North American Industry Classification System (NAICS) Code for this project is 561730. SBA size standard is $7.0. Quotes in response to this solicitation must be signed and dated and submitted no later than 10:00 a.m. CST, July 16, 2009. Quotes may be submitted via hardcopy, to the address below, by email to Margie.A.Slavens@usace.army.mil or by facsimile to 660-438-7815. Vendors are responsible for verifying the receipt of any quotes submitted by fax or email. In order to assure that you quote is received, you can contact Margie Slavens at 816-389-3606. Any contract resulting will be a firm-fixed price (FFP) service contract. The performance period will be from date of award through March 31, 2010. Please note that vendors must currently registered in the Central Contractor Registration (CCR) Database and Online Registration and Certification Application (ORCA). Additionally there are some unique reporting requirements relevant to the use of ARRA funds (see FAR 52.204-11) Offerors are responsible for understanding the provisions and clauses incorporated in this solicitation. These clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. Technical Point of Contact Steve Noland 816-389-3598. Contractual Point of Contact - Margie Slavens 816-389-3606. Utilizing funds from the American Recovery and Reinvestment Act (ARRA), the services to be furnished under this procurement is for Clearing Services of the Left and Right Bank Levees located at the Harry S. Truman Project, Warsaw, Missouri. The general scope of work includes, but is not limited to, a post-award conference, reports, meetings, daily worksheets, etc., and furnishing all labor, equipment, supplies, and supervision, as necessary to accomplish the clearing of and application of chemical to approximately 17900 lineal feet of Harry S. Truman levee clearing. The Contractor shall clear all woody vegetation (including vines, briars, shrubs, and brush) from an area extending from the toe of the land side of the levee back a distance of six (6) feet. In addition at the edge of the newly cleared area, all limbs shall be removed from the standing timber to a height of seven (7) feet. All work shall be accomplished according to the performance work statement provided by this combined/synopsis/solicitation (see addition documentation). The Contractor shall monitor performance and ensure compliance in accordance with the terms and conditions of the solicitation/award. Department of Labor wage rates apply and are provided. (See additional documentation below). The following FAR provisions and clauses apply to this solicitation, are incorporated by reference, and will be incorporated into any contract resulting from this notice: 52.204-7, Central Contractor Registration (Apr 2008) 52.204-8, Annual Representations and Certifications (Feb 2009) 52.204-11, American Recovery and Reinvestment Act Reporting Requirements (Mar 2009) 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation Commercial Items. 52.212-3, Offeror Representations and Certification Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.213-4, Terms and Conditions Simplified Acquisition (Other than Commercial Items). 52.214-13, Electronic Bid Submission 52.228-5, Insurance 52.232-18, Availability of Funds 52.236-4035, US Army Corps of Engineers Safety & Health Requirements Manual EM 385-1-1 52.237-1, Site Visit (APR 1984) 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.244-6, Subcontracts for Commercial Items (MAR 2009) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.212-5, Alt II Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The following clauses are checked as being applicable in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements IMPORTANT - The contractor must file quarterly reports during the term of any contract resulting from this notice. It is suggested this clause be read in its entirety. 52.219-6, Notice to Total Small Business Set Aside 52.219-8, Utilization of Small Business Concerns (MAY 2004) 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration 52.222.41, Service Contract Act of 1965 (Nov 2009) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7000, Offeror Representations and Certifications Commercial Items: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) QUESTIONS: Please direct questions bidding questions to Margie.A.Slavens@usace.army.mil. Please direct technical questions to Stephen.R.Noland@usace.army.mil. TO QUOTE: At a minimum, responsible sources shall provide the following: * A signed quote sheet for ALL ITEMS * Duns # * Proof of Technical Capability as follows: 1. Contractor must have access to the equipment necessary to carry out the tasks within the SOW. WAGE RATES: U.S. Department of Labor wage rates apply to this procurement, and appear as an attachment. They also may be obtained from Margie.A.Slavens@usace.army.mil SPECIFICATIONS: Performance Work Statement is provided as an attachment (Additional Documentation). Schedule: All work shall be completed no later than 31 March 2010. Notice to Proceed (NTP): Date of Award Period of Performance: All tasks should be completed no later than 31 March 2010. Place of Performance: Harry S. Truman designated Left and Right Bank Levee areas.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-T-0103/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City, Harry S. Truman Project Office 15968 Truman Road Warsaw MO<br />
Zip Code: 65355<br />
 
Record
SN01864700-W 20090704/090703001150-47982b5bc5a7637ef3f66d99081b2ae1 (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.