Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

Y -- Culvert Replcement at Honey Creek on Ft Riley, KS.

Notice Date
2/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Fort Riley DOC, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX11T0008
 
Response Due
2/14/2011
 
Archive Date
4/15/2011
 
Point of Contact
Ronald Kabat, 785-239-1001
 
E-Mail Address
Fort Riley DOC
(ronald.kabat@us.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. General Information Document Type: Combine Solicitation Synopsis Solicitation Number: W911RX-11-T-0008 Posted Date: 14 February 2011 Original Response Date: 14 February 2011; 10:00am (CST) Classification Code: Set Aside: Total Small Business Contracting Office Address ACA, Mission Installation Contracting Command, Attn: Ronald Kabat 1792 12th Street, FORT RILEY, KANSAS 66442 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. We have a requirement for a Culvert Replacement at Honey Creek. This Request for Quote (RFQ) will be for two proposals per SOW with the project completion by NLT 1 October 2011 subject to increment weather condition. This contract has one CLIN-0001: Total cost to replace culvert and complete other tasks identified in the Scope of Work. The Scope of work is as follows: Scope of Work 1. The Contractor shall furnish all labor and any necessary equipment to install Government furnished; pre-cast box culverts for a tank trail crossing over Honey Creek at Fort Riley, Kansas. Technical Exhibit 1 indicates the project site. 2. The Contractor shall submit two proposals for the project. Proposal one shall be for the installation of pre-cast culverts delivered to the construction site prior to the project commencing. Proposal two shall be for both the transportation of the pre-cast culverts from a location on Fort Riley approximately 12 miles from the construction site and the installation of the pre-cast culverts after transport. The Government will accept the proposal that is in its best interest. 3. The Government will provide the Contractor with two paper sets of plans. The plans are not to scale and are for general guidance. The Contractor shall return one set of plans with "as constructed" to note any field changes to the Government within 5 business days of completion of the project. 4. An electronic copy of the plans is located at Technical Exhibit 2. Potential bidders may obtain a paper copy of the plans by contacting Mr. Mike Houck, Biologist, at 785-239-2537. 5. The Government will provide basic staking of the construction site based on the plans and on-site conditions at time of construction. 6. The Contractor shall remove the existing metal culvert and install pre-cast box culverts following normal industry standards at the location noted on the plans and staked at the site. 7. The Contractor shall insure the new pre-cast culverts are installed in a matter that does not alter the streambed gradient. As per drawing, the Contractor shall set one or two culverts below the natural streambed gradient to allow for natural stream flow. The finished installation shall allow fish passage and shall not back normal water flow upstream of the structure, shall not create any measurable plunge pool on the downstream side, and shall not create a pond or pooled situation over the face of the crossing. The Contractor shall set the additional culverts above the lower culvert(s) level to handle high flow periods. 8. The Contractor shall install a concrete cap above the lower culvert(s) that shall create a level surface over the entire culvert system. 9. The Contractor shall use any rock and soil material removed from the existing roadbed site to cover the culverts. Road surface material will be removed and used to resurface the road after construction is completed. If additional cover is required, the Government, working with the Contractor, will designate a borrow site near the construction site. 10. The Contractor shall install appropriate size rock on each culvert face or adjacent slopes to reduce future erosion potential. Trans-located rock obtained on-site may be used for this activity. During any activities utilizing trans-located rock, extreme caution should be exercised to avoid damage to the natural stream channel and its habitat. If rock retrieval from the downstream channel is determined likely to adversely impact habitat within the stream channel or addition rock is required, the Contractor shall obtain new rock from an off-installation quarry. 11. The Contractor shall deposit the existing culvert at a location to be designated by the Contracting Officer's Representative (COR) during final staking. The Government will be responsible for final deposition of the culvert. 12. The Contractor shall not conduct construction activities below the water's surface in Honey Creek during the Topeka shiner spawning period of May 15 to July 31. inclusive. 13. The Contractor shall notify the Contracting Officer's Representative (COR) at least 10 days prior to construction. The COR is responsible for notifying the United States Fish and Wildlife Service Field Office in advance of any activities which have the potential to affect any Topeka shiner habitat. 14. The Contractor shall only install those roads and ramps necessary to install the pre-cast culverts. The Contractor shall only reshape the channel is necessary to direct the natural flow to the culvert location. The Contractor shall install erosion control structures as necessary to minimize downstream sedimentation during all activities. 15. The Contractor shall clear only those trees, brush, and other debris necessary to install the culverts and access the streambed. Trees, brush, and debris shall be piled in such a manner as not to obstruct stream flow nor block current access route. 16. The Contractor shall implement and maintain best management practices for erosion control throughout the duration of all project activities located in runoff areas to the stream. 17. The Contractor shall provide seeding and/or mulching within all stream runoff areas as soon as grading allow, following the end of construction. 18. The Contractor shall locate storage facilities for petroleum products, fuels, and other chemicals so that discharge and runoff into stream is not possible. 19. The Contractor shall make all efforts to complete all work in a timely manner so that traffic on roadway is not closed for extended periods of time. The Contractor shall provide signage on roadway when road is closed during construction. The Contractor shall notify the Contracting Officer's Representative (COR) when roadway is scheduled for closure. 20. The Contractor shall make all efforts not to block roadway when construction site is inactive. 21. The Contractor shall coordinator with the Contracting Officer's Representative (COR) to determine the dates available for construction. Military training takes precedence over the work to be performed in this contract. 22. If prehistoric or historic archeological deposits or human remains are discovered during the course of this contract, the Contractor shall immediately suspend work. The Cultural Resources Manager or his/her representative, Directorate of Public Work, notified as soon as possible. The Fort Riley Cultural Resources Management Staff will evaluate the significance of the find and provide the Contracting Officer and COR guidance. The Cultural Resources Manager can be reached at 785-239-3976/785-239-6211. 23. The Contractor shall complete all work on this contract by October 1, 2011 unless an extension is granted by the Contracting Officer. Contract will be FFP, FOB Destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-48, dated 31 Jan 2011. This requirement is set-aside 100% for small business. The applicable NAICS code is 237310 with a size standard of 100 employees. There are one contract lines, item (0001) complete culvert replacement at honey creek on Ft Riley. Inspection and acceptance shall be at destination. We prefer to make payment by through Wide Area Work Flow (WAWF). You must be registered in the Central Contractor Registration (http://www.ccr.gov/). Award shall be made to the best value; technical, warranty, past performance and price proposal. You shall submit drawings that your project demonstrates that all of the above capabilities are met. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions JUL 2004 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.216-24 Limitation Of Government Liability APR 1984 52.216-25 Contract De-finalization OCT 1997 52.222-6 Davis Bacon Act JUL 2005 52.222-7 Withholding of Funds FEB 1988 52.222-8 Payrolls and Basic Records JUN 2010 52.222-9 Apprentices and Trainees JUL 2005 52.222-10 Compliance with Copeland Act Requirements FEB 1988 52.222-11 Subcontracts (Labor Standards) JUL 2005 52.222-12 Contract Termination-Debarment FEB 1988 52.222-13 Compliance with Davis-Bacon and Related Act Regulations. FEB 1988 52.222-14 Disputes Concerning Labor Standards FEB 1988 52.222-15 Certification of Eligibility FEB 1988 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-13 Certification of Toxic Chemical Release Reporting AUG 2003 52.225-9 Buy American Act--Construction Materials FEB 2009 52.225-10 Notice of Buy American Act Requirement--Construction Materials FEB 2009 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-5 Payments under Fixed-Price Construction Contracts SEP 2002 52.232-27 Prompt Payment for Construction Contracts OCT 2008 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.236-5 Material and Workmanship APR 1984 52.236-6 Superintendence by the Contractor APR 1984 52.236-7 Permits and Responsibilities NOV 1991 52.236-8 Other Contracts APR 1984 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements APR 1984 52.236-10 Operations and Storage Areas APR 1984 52.236-11 Use and Possession Prior to Completion APR 1984 52.236-13 Accident Prevention NOV 1991 52.236-14 Availability and Use of Utility Services APR 1984 52.236-17 Layout of Work APR 1984 52.236-21 Specifications and Drawings for Construction FEB 1997 52.236-26 Preconstruction Conference FEB 1995 52.243-5 Changes and Changed Conditions APR 1984 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.246-7000 Material Inspection And Receiving Report MAR 2008 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures JUL 1995 52.211-10 Commencement, Prosecution, Completion of Work APR 1984 52.213-4 Term & Conditions-Simplified Acquisitions (OTHER THAN COMMERCIAL ITEMS) JUL 2010 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-21 Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246). 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.232-1 Payments (Apr 1984). 52.232-8 Discounts for Prompt Payment (Feb 2002). 52.232-11 Extras (Apr 1984). 52.232-25 Prompt Payment (OCT 2008). 52.233-1 Disputes (JUN 2008). 52.244-6 Subcontracts for Commercial Items (JUN 2010). 52.253-1 Computer Generated Forms (Jan 1991). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212) 52.222-41, 52.223-5 Pollution Prevention and Right-to-Know Information (Aug 2003) (E.O. 13148) 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) 52.225-1 Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Reg (May 1999). 52.232-34 Payment by Electronic Funds Transfer--Other than Central Contractor Registration (Oct 2003). 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241). 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) 52.211-17, 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) 52.247-29 F.o.b. Origin (FEB 2006) 52.247-34 F.o.b. Destination (NOV 1991) 52.252-2 Clauses Incorporated by Reference (FEB 1998). 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989) 52.219-1 Small Business Program Representation (MAY 2004) 52.219-6 Notice of Total Small Business Set-aside (JUN 2003) 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction (FEB 1999) 2.223-14 Toxic Chemical Release Reporting (AUG 2003) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-1 Site Visit (APR 1984) 52.242-14 Suspension of Work (APR 1984) 52.246-12 Inspection of Construction (AUG 1996) 52.246-21 Warranty of Construction (MAR 1994) 52.249-10 Default (FIXED-PRICE CONSTRUCTION) (APR 1984) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 252.201-7000 Contracting Officer's Representation (DEC 1991) 252.204-7004 Required Central Contractor Registration (MAR 1998) Full text of these clauses may be found at http://farsite.hill.af.mil/cffara.htm. From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses may be found at http://farsite.hill.af.mil/VFDFARA.HTM. A form for submitting your proposal may be found at http://www.riley.army.mil/Services/Fort/Contracting.asp. Your proposal information shall be submitted electronically to ronald.kabat@us.army.mil or by facsimile to (785) 239-5740 Attn: Ronald Kabat no later than 4:00 PM (CST) on 2 March 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/06d1e3e24f3d450ecd9b18ea9518fc8e)
 
Place of Performance
Address: Fort Riley DOC 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN02378076-W 20110213/110211233944-06d1e3e24f3d450ecd9b18ea9518fc8e (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.