Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOLICITATION NOTICE

99 -- Fenceline Clearing - SOW

Notice Date
8/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
464-10MR-2610
 
Archive Date
9/16/2010
 
Point of Contact
Jo D. Scott,
 
E-Mail Address
scott.jo@dol.gov
(scott.jo@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Contract Act Fence Line Clearing SOW This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. The solicitation number is 464-10MR-2610, assigned for tracking purposes only, and is issued as a Request for Quotes. No other solicitation will be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730 with a small business size standard of $7,000,000.00. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. MSHA seeks vendors that can provide the following: All necessary labor, materials, tools and equipment necessary to trim, cut and remove all trees, brush, vegetation and undergrowth that impede or restrict a twenty (20) foot vertical plane from the fence line surrounding the property at 765 Technology Drive, Triadelphia, WV 26059. The A&CC is located just off the Dallas Pike Exit 11 of Interstate 70 near Wheeling, WV. Directions to the A&CC can be found on the web at: http://www.msha.gov/TECHSUPP/ACC/directions.pdf. A firm fixed price contract is anticipated for this project. Contractor must notify Contracting Officer's Technical Representative (COTR) at least five (5) days prior to commencement of work to allow for security admittance of all personnel performing the work. SITE VISIT: A site visit is scheduled for August 17, 2010 at 10:00 a.m. EST at The Approval and Certification Center, 765 Technology Drive, Triadelphia, WV 26059, and will be conducted by David Diegmiller. If you plan to attend, you must notify him via e-mail at diegmiller.david@dol.gov no later than 3:00 p.m. EST August 16, 2010 with a copy of the e-mail sent to scott.jo@dol.gov. Failure to notify David Diegmiller will result in no admittance at the security gate. It is highly recommended that you attend the site visit. BIDS WILL BE BINDING. FAILURE TO ATTEND SITE VISIT WILL NOT BE CAUSE FOR MODIFICATION OF BIDS. Any questions are due by August 20, 2010 at 3:00 p.m. EST. Questions not received by this deadline may not be considered. Answers to all questions will be posted to FBO website as soon as possible after this date, but in sufficient time for final quote to be prepared and submitted. Questions must be submitted to scott.jo@dol.gov in PDF form or MS Word Office/Excel 2003 compatible files with a font size at least a 10 point. No Vista or Zip files should be submitted. NO TELEPHONE CALLS WILL BE ACCEPTED. Offeror must adhere to Federal Government Regulations regarding travel and hotel expenses and daily meal allowances. The current lodging rate for this location is $99.00 with meal allowance of $46.00/day (3/4 day meal allowance on first and last days of travel). The work day schedule is 7:30 a.m. - 4:00 p.m. EST with one-half hour lunch. All work must be completed within 180 days after date of award. Contractor will be responsible for extending needed utilities to the construction area as part of the scope of work. All Contractor personnel will be issued a "Visitors" badge when they sign at the beginning of their shift and will give back when they end their shift. They are required to wear these badges at all times while on government property. The Contractor is advised that the COTR has the authority to shut the job down in the event of any safety violation or failure to provide the required level of protection for all personnel and staff entering, working in and exiting the work site. The Contractor is required to have on site fully assembled all safety equipment that shall be utilized on the project site before starting any work. The Contractor shall conform to all Federal, State and City codes. Contractor personnel will follow all OSHA Safety and Health regulations while on site. Contractor is responsible for placing all required traffic signs, safety cones and warning signs to inform the traveling government personnel and other contractors of all dangers and hazards associated with the clearing project. The COTR will conduct a joint inspection of all the work completed before final payment is made. Offerors must submit with quote, a copy of business license, proof of insurance and permit application. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA website at https://orca.bpn.gov. Technical and past performance, when combined, are more important than price. Award will be made based on best value to the government. Offerors shall submit quote packages structured as follows: Volume 1: Technical Volume II: Past Performance Volume III: Pricing Past performance references shall be for work similar in nature and size of this requirement. Past performance information shall include the name, address, current telephone number, contract amount, period of performance, and a brief description of work done or in progress. Pricing shall be submitted as a separate attachment. No reference to pricing shall be included in either of the other volumes. Price quote must be broken down into Labor and Materials. Quotes must be submitted in PDF form or MS Word/Excel 2003 compatible files to scott.jo@dol.gov by Wednesday, September 1, 2010 at 11:00 a.m. EST. The font size should be at least a 10 point. NOTE: No Vista or Zip files should be submitted. The Service Contract Act (SCA) applies to this solicitation. The selected Offeror must comply with the following terms and conditions, which are incorporated herein by reference: 52.212-3 Offeror Representations and Certifications; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.202-1, 52.203-5, 52.203-6, 52.203-7, 52.204-7, 52.204-9, 52.216-24, 52.216-25, 52.219-28, 52.222-3, 52.223-13, 52.223-14, 52.225-13, 52.232-1, 52.232-32, 52.233-1, 52.233-2, 52.233-4, 52.233-4, 52.237-1, 52.237-2, 52.237-11, and 52.244-6. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/464-10MR-2610/listing.html)
 
Place of Performance
Address: 1301 Airport Road, Beaver, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN02235677-W 20100812/100811000145-8af091688660aec25a2f31d8997eaf30 (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.