Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
AWARD

F -- Herbicide Application, NAS JRB New Orleans, LA

Notice Date
8/3/2011
 
Notice Type
Award Notice
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
N69450 NAVFAC SOUTHEAST, SOUTHEAST BLD 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945011Q0059
 
Response Due
7/28/2011
 
Archive Date
8/18/2011
 
Point of Contact
Sarah DePeri, 904-542-6920
 
E-Mail Address
sarah.nickerson@navy.mil
(sarah.nickerson@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N69450-11-M-0059
 
Award Date
8/3/2011
 
Awardee
Industrial Helicopters, Inc. (DUNS 062637129)<br />
 
Award Amount
$97,500.00
 
Line Number
0001
 
Description
DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND SOUTHEAST P.O. BOX 30, BLDG. 903 JACKSONVILLE, FL 32212-0030 STATEMENT OF WORK #1122376 March 10, 2011 HERBICIDE APPLICATION LATE SUMMER 2011, NAVAL AIR STATION, JOINT RESERVE BASE, NEW ORLEANS, LA SPECIFICATION FOR: Herbicide Application, Naval Air Station, Joint Reserve Base, New Orleans, Louisiana. 1. GENERAL DESCRIPTION: This project includes the application of herbicide to approximately 500 acres. of forestland containing the invasive plant species Chinese Tallowtree (Triadica sebifera) and others. 1.1 Existing Conditions: The area of work is forest land that was heavily damaged during Hurricane Katrina. 1.2 Minor Materials and Work: Minor material and work not specifically mentioned herein, but necessary for the proper completion of the specified work, shall be furnished without additional cost to the Government. 1.3 Disposition of Removed Materials: All solid/liquid waste, debris, and unusable materials generated as a result of work performed under this contract shall be removed from Government property and disposed of in accordance with all Federal, State, and Local Regulations. 1.4 Scheduling of Work: Work shall be scheduled so as to cause a minimum of interference with the operations of the Government in the area involved. If the Contractor wishes to work at times other than normal hours, Monday through Friday, 7 AM to 4 PM, excluding federal holidays, he shall obtain approval of the Contracting Officer s designated representative, in advance. See Technical Requirements section for additional requirement impacting the scheduling of work. 1.5 Interruption of Utilities Service: Interruptions shall be kept to a minimum and shall be at such times and durations approved. No interruption shall occur unless scheduled without approval in advance as to time and duration of such interruptions. 1.6 Access Restrictions: All vehicles are subject to random search and inspection at any time while on the NAS JRB New Orleans. All commercial vehicles shall be inspected at a NAS JRB New Orleans Commercial Vehicle Inspection Station prior to entering the base. Commercial vehicles include tractor-trailer trucks, bucket trucks, panel trucks, pickup trucks, vans and other smaller vehicles used in the Contractors course of business. 1.6.1 NAS JRB New Orleans has Commercial Vehicle Inspection (CVI) stations permanently located on base. The location of these stations will be explained by the Performance Assessment Representative prior to the start of work. 1.6.2 Access restrictions are subject to change depending upon the level of the alert or force protection condition of the installation at the time. 2. FORM OF CONTRACT: The contract will be executed on DD form 1155. 3. BIDS: Proposals shall be submitted based on the cost for completing the entire work as specified herein. 4. SITE VISITATION: Prior to submitting proposals, prospective bidders are required to visit the site, inspect the work in place and satisfy themselves of the requirements, complexity and nature of work to be accomplished as stated in this contract specification. It is considered impractical to determine, without inspection, the exact nature of the work and site conditions under which the work is to be performed. Site visitation may be arranged by contacting: Danny Nichols or Sheri Fox, Public Works Department New Orleans Naval Air Station, Joint Reserve Base, New Orleans Building 501 400 Russell Avenue New Orleans, LA 70143 Phone:(504) 678-3856 (Mr. Nichols). (504) 678-9589 (Ms. Fox). 5. PRECONSTRUCTION CONFERENCE and final inspection shall be arranged thru the Contracting Officer, the Performance Assessment Representative, Danny Nichols (504) 678-3856 at NAS JRB New Orleans and the Navy Technical Representative, Tim Money (904) 542-6873 at NAVFAC SE Jacksonville, Florida. 6. TIME FOR COMPLETION: Herbicide application shall be completed by November 1, 2011. 7. SECURITY REQUIREMENTS: No employee or representative/employee of the Contractor will be admitted to the site of the work unless the Contractor furnishes satisfactory proof that the Contractor and/or representative/employee is a citizen of the United States or is an authorized resident alien, and is specifically authorized admittance to the site of the work by the FEAD or Designated Representative. The Contractor shall coordinate access and security requirements with the Performance Assessment Representative. 8. SAFETY REQUIREMENTS shall be in compliance with the Department of the Army Corps of Engineering Safety Manual (EM-385) 2003 version. Prior to commencement of work the Contractor shall meet in conference with NAS JRB Representatives as applicable to discuss and develop mutual understandings relative to the administration of the Safety Program and other contract requirements. Contractor shall observe all regulations concerning the protection of individuals including: proper clothing, personnel protective equipment, and life saving equipment as required by the Occupational Safety and Health Act (OSHA) of 1970. The Contractor s operation shall conform to OSHA standards, including but not limited to, OSHA s safety standards as prescribed in 29 CFR Part 1910, hazardous communication standards in 29 CFR Part 1910.1200, and any and all consensus standards relevant to the work. Copies of the OSHA safety standards may be obtained at their web site at www.osha.gov. The Contractor shall provide all necessary safety equipment. The Contractor shall maintain accurate records of all accidents occurring on site, or resulting from, this operation. The Contractor shall submit complete accident reports to the Contracting Officer within 24 hours of the occurrence, on forms provided by the Navy, detailing exposure data and all accidents resulting in death, trauma, hospitalization, lost time in excess of eight hours, or occupational disease. The Contractor shall also report all damages to property, materials, supplies, and equipment incidental to work performed under any contract awarded as a result of this invitation to bid. The Contractor shall submit to the Contracting Officer, within 24 hours, a full report of damage to Government property and/or equipment by the Contractor s employees or sub contractors. Motor vehicles utilized for over-the-road operation must be maintained in a safe condition and meet applicable state standards for commercial highway vehicles. All equipment shall be operated in a safe and prudent manner and maintained in proper working order. Firearms and hunting are prohibited on Government property. Possession or drinking of intoxicating beverages, or possession or use of illegal substances, will not be permitted. Persons determined to be under the influence of alcohol or illegal substances will not be permitted onto Navy property and will be banned from future entry. The Contractor, or his representative, upon notification of any noncompliance with safety regulations, shall take immediate corrective action. Notification may be either verbal, written, or both. If the Contractor fails or refuses to comply promptly, the Government may issue a work stoppage order, all or in part, until corrective action has been taken. Any time loss due to such stoppage will not be grounds for contract extension. The Contractor shall provide to the contracting officer an accident prevention plan before receiving a notice to proceed. 8.1 Any hot work to be done requires a HEAT OR SPARK PRODUCING EQUIPMENT PERMIT . To obtain a permit contact the NAS JRB New Orleans Fire Protection Inspector. 8.2 If a crane, crane truck or any type of hoisting device is to be brought on Station, it must be inspected and approved by PWD prior to entering Government property. 8.3 Contractor shall be advised and comply with NAS JRB New Orleans fire regulations. 8.4 Smoking is permitted in approved areas only. Where smoking is permitted, assure that tobacco products are extinguished and disposed of properly. 8.5. Contractor shall make available and have on hand in case of emergency, MSDS sheets for all hazardous materials to be brought on Base prior to commencement of any work. 8.6 Contractor is advised that in the event of an emergency, dialing 911 via landline will result in the quickest response of emergency personnel. 8.7 Base Regulations do not allow non-hands free cell phones to be used while driving a motor vehicle. Vehicle must be safely parked when using hand-held cell phones 9. ENVIRONMENTAL PROTECTION a. General Requirements: The Contractor shall provide and maintain, during the life of the contract, environmental protection. Plan for and provide for environmental protection measures to control pollution that develops during normal construction, maintenance, and repair practices. Plan for and provide environmental protective measures required to correct conditions that develop during the project. Comply with all Federal, State, Local and NAS JRB New Orleans regulations, instructions, and policies pertaining to the environment, including but not limited to, water, air, solid waste, hazardous substances, spill prevention, preparedness, and response, pollution prevention, and noise. b. Licenses and Permits: Obtain licenses and permits required to conduct the work except for permits previously obtained by the Contracting Officer, Design Agent, or the NAS JRB. For permits previously obtained, whether or not required by the permit, perform quality control inspections of the work in progress, submit notifications and certifications to the applicable regulatory agency, via the Contracting Officer, with copies to the NAS JRB New Orleans Environmental Department, that the work conforms to the contract and permit conditions, c. Inspections and violations: The Contractor is advised that this project and the Base are subject to Federal, State, and Local environmental regulatory agency inspections to review compliance with environmental laws and regulations. The Contractor shall fully cooperate with any representative from any Federal, State, or Local regulatory agency who may visit the job site and shall provide immediate notification to the Contracting Officer and Station Environmental Division, who shall accompany them on any subsequent site inspections. The Contractor shall complete, maintain, and make available to the Contracting Officer, Station, or regulatory agency personnel all documentation relating to environmental compliance under any applicable Federal, State, and Local laws and regulations and/or permits associated with the performance of the job. The Contractor shall immediately notify the Contracting Officer and the Base Environmental Division if a Notice of Violation (NOV), or any similar notice of non-compliance with any environmental law, regulation, or permit condition is issued to the Contractor. The Contractor shall be responsible for all damages to persons or property resulting from the Contractor s or subcontractor s fault or negligence as well as for payment of any civil fines or penalties which may be assessed by any Federal, State, or Local regulatory agency as a result of the Contractor s or subcontractor s violation of applicable Federal, State, or Local law, regulation or permit condition or associated requirement. Should a Notice of Violation (NOV), Notice of Noncompliance (NON), or Notice of Deficiency (NOD) or any similar notice of non-compliance with any environmental law, regulation, or permit condition be issued to the Station as facility owner/operator on account of the actions or inactions of the Contractor or one of its subcontractors in the performance of work under this contract/purchase order, the Contractor shall fully cooperate with the Station in defending against regulatory agency assessment of any civil fines or penalties arising out of such actions or inactions. d. Waste Management: Plan for proper management of wastes prior to commencing work. Collect and contain all solid and liquid wastes generated during performance of this contract. Store all wastes in a manner to prevent release to the environment. Dispose of all wastes only at facilities authorized/permitted for disposal of the particular waste type. Provide proper documentation of proper disposal to the Contracting Officer. No solid or liquid wastes will be discharged into the environment. e. Hazardous Waste: Hazardous wastes shall be handled, labeled, and stored in accordance with Federal, State, and Local regulations, especially 40 CFR 261. Hazardous wastes include, but are not limited to, waste paint, acids, caustics, solvents, and chemicals in general. The Contractor shall identify the hazardous wastes expected to be generated and present a management plan to the Contracting Officer before commencing work. Hazardous wastes generated within the confines of Government facilities shall be identified as being generated by the Government and shall not be removed from Naval Air Station property, but shall be delivered to a site specified by the Contracting Officer. The Contractor shall provide written certification to the Contracting Officer that hazardous waste turned in for disposal was generated on Naval Base property and is properly identified, packaged, and labeled in accordance with 49 CFR 172. No hazardous waste shall be brought onto NAS JRB New Orleans property from off site. f. Oily and Hazardous Substances Spills: At all times, special measures shall be taken to prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. Contractor site supervisors shall ensure that precautions are taken to ensure that no oil or other hazardous material is released to the water, land, sanitary sewer system, or storm sewer system. Environmental requirements for the prevention of oil spills are contained in 40 CFR 112. The contracting Officer shall be notified immediately of any oil and hazardous substance spills. The Contractor shall clean up any spills of oil or hazardous substances which result from the Contractor s operations. If the Contractor cannot clean up any spill in a timely, the Government will perform the cleanup at the Contractor s expense. Identify all spill risks from storage/use/transfer of hazardous materials and operation of equipment (i.e. hydraulic systems, fuel tanks and refueling). Identify spill response plan including personnel and equipment (i.e. spill kits) that will be used in the event of a spill. Provide copy of plan and spill risk list to Contracting Officer prior to commencing work. g. Forest Management Activities. All forest management work will be conducted to comply with Louisiana s Best Management Practices for Forestry. 10. PERFORMANCE GUARANTEE: Provide a performance guarantee for the work performed. Warranty a specific percent of target species vegetation in the forest overstory which will be controlled by herbicide application one year after application. Percentage controlled may be measured by sampling random 1/100th acre plots and tallying controlled vs. uncontrolled stems in no case prior to six weeks after application. It is expected the minimum guarantee would be at the 90% level of control. 11. SUBMITTALS: Prior to beginning work, submit the following for review and approval. Allow a review period, beginning when Government receives submittal of 15 working days for return of submittal to Contractor. Period of review for each resubmittal is the same as for initial submittal. Pre-Construction Submittals: a) Design/Construction Schedule Time Scaled Bar Chart b) Safety Plan c) Environmental Protection Plan d) Product Data e) Certification and Licensing of Applicators f) Equipment description Construction Submittals g) Daily Records of all Pest Control Operations Closeout Submittals: h) Warranty Performance Guarantee 11.1 Design/Construction Schedule Time Scaled Bar Chart: Submit schedule showing submittals, government review periods, material/equipment delivery, utility outages, onsite construction, inspection, testing, and closeout activities. At the discretion of the Contractor, the schedule may be a hand drawn, time-scaled bar chart or an electronically generated time-scaled bar chart. 11.2 Safety Plan: Submit a Safety Plan in accordance with the format listed in US Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1. Include Activity Hazardous Analysis (AHA), Material Safety Data Sheets (MSDS). 11.3 Environmental Protection Plan: Submit an environmental protection plan based on a template to be provided by the FEAD Construction Manager. Include appointment letter, with listing or responsibilities, for Environmental Manager. Technical Requirements 1. GENERAL REQUIREMENTS This work involves a broadcast application of a selective herbicide (a commercial formulation of the chemical imazamox, brand name Clearcast is expected) to approximately 500 acres of forest land (see attached Herbicide Application Area Map) at the Naval Air Station, Joint Reserve Base, New Orleans, LA (NAS JRB New Orleans). The work is a scheduled invasive species control project prescribed by NAS JRB New Orleans. The purpose of the work is to control invasive woody vegetation, particularly Chinese Tallowtree (Triadica sebifera). Contractor shall furnish all labor, supervision, tools, materials (including providing herbicides), equipment, and transportation necessary to apply the desired herbicide using integrated pest management techniques. Fresh water for tank mixing the herbicide shall be provided by the government per paragraph 2 of this statement of work. a. Licensing and Certification. The Contractor shall be licensed by the State of Louisiana to provide pesticide services in the categories of forestry, aquatic, and rights-of-way. Proof of certification and licensing must be provided to the contracting officer and the PAR prior to starting the work. All work shall be performed in accordance with federal, state, local, and installation laws and regulations. (1)All work involving the handling and/or use of herbicides shall be by a certified applicator, or under the line of sight supervision of a certified individual who is in direct communications with the applicator. The certified supervisor shall be readily accessible for consultation with the Contracting Officer at all times during herbicide operations. (2)Uncertified personnel who apply herbicides shall have been employed in weed control for a minimum of 30 days and have received training in: (a)Safe and effective application techniques, and the calibration and use of all equipment required; (b)Handling, storage, and transfer of herbicide materials as required; (c)Use and maintenance of all required safety equipment; (d)The consequences of preparing a herbicide to be given or sold to an individual other than an authorized employee of the Contractor or regulatory official; and (e)Procedure for handling herbicide spills, including reporting procedures. b. Pesticide. The pesticides (herbicides) to be used for this work shall be selective herbicides for the control of the woody vegetation, and other vegetation, used in strict compliance with label directions. The product used will be a commercial chemical formulation of imazamox, brand name Clearcast. (1)The Contractor shall have readily available labels and material safety data sheets for the herbicides. All herbicide usage shall be in strict conformance with label directions. The Contractor shall maintain daily records of application and use until the job is completed. (2)Rinse waters and containers shall be disposed of in accordance with label directions. Pesticides, rinse water, and containers shall not be disposed of on NAS JRB New Orleans unless specifically allowed and at the site as part of the specified work. (3)Pesticide spills shall be cleaned, decontaminated, and reported as specified by the Armed Forces Pest Management Board Pesticide Spill Prevention and Management Manual, Technical Information Manual (TIM) No. 15. c. Performance Assessment Representative (PAR). The Government employee designated to monitor contractor performance for this job is Danny Nichols, NAS JRB New Orleans, Natural Resources Section. The Navy Technical Representative is Tim Money, NAVFAC SE Forester, Jacksonville, FL. 2. GOVERNMENT FURNISHED PROPERTY, MATERIALS, AND SERVICES. The Government will furnish fresh water at a location to be shown by the Performance Assessment Representative, Natural Resources Office, NAS JRB New Orleans, for tank mixing of the herbicide, or as otherwise determined by the Contracting Officer. 3. CONTRACTOR EQUIPMENT AND WORK CONTROL a. All tanks, hoses, control valves, and gauges shall be free of visible deterioration, shall not leak, and shall operate at the manufacturer s recommended rates and pressures. Equipment which has failed shall be replaced and/or repaired by the Contractor prior to resuming operations. b. Screen, strainers, and filters shall be used and maintained in accordance with the pump, sprayer, and nozzle manufacturer s instructions. c. Spray nozzles shall deliver spray patterns as specified by the nozzle manufacturer. Nozzles which become clogged or eroded shall be repaired or replaced by the Contractor prior to resuming operation. d. Vehicles (1) Safety Equipment. Vehicles used to transport the herbicide shall be equipped with a fire extinguisher and a spill and decontamination kit as specified in TIM No. 15, and emergency wash water. (2) Security. All pesticides carried on vehicles shall be secured in locked compartments at all times on the installation. Vehicles shall not be left unattended at any time unless properly locked and secured. (3) Appearance. The vehicles shall be maintained with a clean and orderly appearance, free from observable pesticide spills, residues, or build-up. Vehicles shall not be cleaned or washed on Government property unless otherwise specified in the contract. e. Work Control. The Contractor shall implement all necessary work control procedures to ensure fully adequate and timely completion of this job, as well as to permit tracking of work in progress. The Contractor shall plan and schedule work to assure material, labor, and equipment are available to complete work requirements with regard to the established time limits and quality standards. Verbal scheduling and status reports shall be provided when requested by the Government. The status of any item of work must be provided within two hours of the inquiry during regular working hours, and within four hours after regular working hours. (1) Check In/Check Out Requirements. The Contractor shall check in prior to the commencement of each day s work, and check out at the completion of each day s work with the PAR. At the time of check in/check out, the project manager shall indicate: a. The services planned to be provided during the day; b. Planned services that were not completed during the day; and c. Schedule of proposed follow-up treatments identified during the day. (2) Application operations shall not be started or continued if wind is in excess of 5 MPH, or if rain is expected within 8 hours. 4. DESCRIPTION OF PROPOSED EQUIPMENT Submit a written description of equipment, proposed to be used in the performance of this work. The description shall include such information as make, model, and location of equipment. If the equipment is to be leased, a signed agreement with the leasing company(s) must be included. The Contracting Officer, or authorized representative, reserves the right to inspect the equipment at any time. 5. RECORDS AND REPORT The Contractor shall maintain and submit daily records of all pest control operations, using standard forms. Records shall be completed daily as operations are performed; all entries must be accomplished within 24 hours of performance. Records shall be made available upon request for inspection, and shall be forwarded to the PAR. Records rejected by the PAR due to improper preparation shall be corrected and returned by the Contractor at no additional cost to the Government. A GPS derived map showing the track of application for the project will also be submitted. 6. HERBICIDE OPERATIONS a. The objective of this project is to obtain a minimum 90% control of the invasive species Chinese Tallowtree (Triadica sebifera) within one year of treatment. The exact prescription to achieve this will be discussed and agreed upon by the contractor, PAR, and NTR prior to treatment, but is expected to be through initially broadcasting a mixture of 64 ounces per acre of a commercial formulation of imazamox, brand name Clearcast, (one pound active ingredient per gallon), or its equivalent, combined with 32 ounces methylated seed oil in a mix of a minimum of 20 gallons per acre over the acres to be treated as designated by the attached map. Applications shall be accomplished during the period 1 July to 1 November 2011. Labels and material safety data sheets shall be submitted for the PAR s approval for each herbicide intended to be used within 7 calendar days after award of the contract, and prior to any herbicide application. b. The work shall be accomplished using either aerial or ground based, mechanical equipment, unless the Contracting Officer approves some other means in writing. Backpack application will not be acceptable for the treatment. The spray shall be directed onto the foliage of the target invasive species of weeds, shrubs, and other herbaceous and woody vegetation with equipment commonly accepted for this purpose by industry consensus standards. Care shall be taken so that vegetation in areas adjacent to treatment areas is not damaged. The Contractor shall repair any damage caused by herbicide treatments at no additional cost to the Government. 7. SCHEDULE Extension of completion dates will be granted for conditions that cannot be controlled by the contractor (e.g. military related delays). Extension of the completion dates will not be granted for the conditions that can be controlled by the Contractor (e.g., equipment breakdown; employee problems). The specified time for completion is as follows: Phase 1Completion Date Herbicide application of all designated areasNovember 1, 2011 (not prior to July 1, 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8d3b90bf9ff8601455d01b1db31e89cf)
 
Record
SN02520938-W 20110805/110804000139-8d3b90bf9ff8601455d01b1db31e89cf (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.