Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

B -- Masticate drainage Corridors

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Tifton, GA, 2316 Rainwater Road, Tifton, Georgia, 31793, United States
 
ZIP Code
31793
 
Solicitation Number
RFQ-11-4389-11
 
Archive Date
9/27/2011
 
Point of Contact
Thomas D. Maze, Phone: 229-386-3496
 
E-Mail Address
Tom.Maze@ARS.USDA.GOV
(Tom.Maze@ARS.USDA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-11-4389-11 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 97-09. FAR 52.219-6 Notice of Total Small Business Set-A-Side is applicable to this acquisition. The NAICS code is 561730. The small business size standard is 500 employees. Mechanical Mastication of Trees and Vegetation With-in Drainage Corridors 2011 USDA-ARS Byron, Ga. 1.0 Introduction Trees and shrubs growing within ditches created drainage problems within the ditch drainage systems at the Southeastern Fruit and Tree Nut Research Station in Byron, Ga. Additionally, dead trees, limbs and other debris have built up at points along the ditches enough to cause damming and restricted flow. These ditches were created between 1955 and 1965 and have received little maintenance over the past 20 years. The intent of this solicitation is to mechanically remove trees, vegetation and debris impeding proper drainage via mastication, and to do so in a manner that causes minimal land disturbance and maintains original ditch configurations. 2.0 Statement of Work The Contractor shall provide all labor, equipment, transportation, supervision and any other items necessary to mechanically masticate trees, felled limbs and woody vegetation within and along the bed and banks of the designated drainage ditch systems at the USDA Southeastern Fruit and Tree Nut Research Station in Byron, Ga. The work shall be completed in accordance with the provisions of this contract outlined in the following sections. 3.0 Contractor Responsibilities 1.1 The Contractor shall have a designated site representative who is readily available on site each day that work is being performed. 1.2 The Contractor shall furnish and maintain sufficient personnel, equipment and accessories to perform the work in a timely manner. 1.3 The Contractor shall be actively registered in Central Contractor Registration (ccr.gov) and Online Representations and Certifications Application (orca.gov). 1.4 The Contractor shall be insured in the State of Georgia and possess a Certified Arborist Certification from the International Society of Arboriculture (ISA). 1.5 The Contractor shall comply with all Federal, State and local laws, ordinances and codes related to the execution of this work. 1.6 The Contractor shall comply with all standards contained in ANSI A300 and ANSI Z133 relating to safety and work practices in the execution of this work. 1.7 The Contractor shall maintain a clean work area. All trash originating from the Contractors operations shall be picked up and properly disposed of daily. 1.7 Work hours for this project shall be from 7:00 am to 5:00 pm est., Monday through Friday, except on Federal Holidays. No overtime work will be allowed 4.0 Principal Features of Work The work to be performed includes, but is not limited to, the following principle features: 4.1 Mechanical Mastication of Trees, Felled Limbs and Woody Vegetation A. All trees, felled limbs and woody vegetation within the drainage ditch corridor shall be mechanically masticated to the ground. Stumps and vegetation roots shall be left flush to the ground keeping the side slopes and ditch bottoms intact. B. All limbs from trees adjacent to the drainage ditch corridors that protrude into the corridors at a height of 10 feet or less shall be pruned off and masticated to allow passage of maintenance equipment. 4.2 Erosion Control A. All chippings created by mastication of trees and vegetation within the drainage corridors shall be spread evenly over bare ground surfaces within and along the side slopes of the drainage ditches. B. Each day, the Contractor shall re-seed with Bahia grass and cover with straw mulch any bare ground surfaces remaining within the drainage corridors disturbed by that days work activities. 4.3 Access A. Access to the drainage systems will be determined by the C.O.R. This will be limited to established roads and areas within or adjacent to the drainage corridors on either side. Driving vehicles and equipment through research plots and across orchards will not be allowed. 5.0 Equipment 5.1 Self propelled mechanical masticators of the rubber tired, skid steer or excavator style shall be used for masticating within the ditch corridors. 5.2 All mechanical masticators used shall be first quality, in good operational condition, and designed for the particular operation for which they are to be used. 5.3 All mechanical masticators used shall be heavy duty, commercial quality and equipped with factory installed shields. 6.0 General Information 6.1 All major, minor ditches and swales that interconnect in their respective drainage system shall be included as part of the necessary work for that drainage system. 6.2 Mechanical mastication of vegetation within the ditch corridors shall be done when ditches are dry. The Contracting Officer reserves the right to suspend mastication operations during periods of inclement weather or when saturated ground conditions cause unnecessary rutting of the ditch bottoms or side slopes. 6.3 The work contained within this solicitation covers two separate drainage systems at the Byron Location. These drainage systems are designated as Drainage System 1 and Drainage System 2 on the attached drawing. A. Drainage System 1 - This system is comprised of 3 ditches that interconnect to form a single system. The total ditch width, depth and grade of side slopes vary along the system corridors. Work covered by this solicitation requires mastication of approximately 6200 linear feet of this drainagesystem. B. Drainage System 2 - This system is comprised of a single ditch that also varies in width, depth and side slope. Work covered under this solicitation requires mastication of approximately 1100 linear feet of this drainage system. 7.0 References ANSI - American National Standards Institute CCR - Central Contractor Registration- (ccr.gov) ISA - International Society of Arboriculture ORCA- Online Representations and Certifications Application- (orca.gov) 8.0 Definitions C.O. - Contracting Officer - Federal Government employee with the sole authority to enter into, administer, and/or terminate contracts and make related determinations and findings. C.O.R. - Contracting Officers Representative - A Government official appointed by the Contracting Officer to provide daily administration and surveillance of a Federal Government Contract. Drainage corridor - The full length, width and depth of individual drainage ditches and swales. Drainage System - The combination of all individual drainage corridors into a single system providing drainage to a specific geographic region. Mastication - On-site pulverizing or chopping of standing trees, logs and vegetation into small particles. Swale - A low tract of marshy land. Job MUST be completed in 60 Days. Service Contract Act will Apply. Estimated Cost $25000-$35,000 JOB SHOWING will be September 1, 2011 at 2:00 PM Call for SF18 and Drawing Delivery shall be FOB Destination. Evaluation of quotations will be made based on price and specifications. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic transfer. This solicitation incorporated the following FAR clauses, provisions and addendums: 52-204-7 Central Contractor Registration - To win an award, vendor MUST be registered. 52-212-1 Instructions to Offerors-Commercial item. 52-212-3 Offeror Representations and Certification-Commercial items: Completed the annual representations and certifications electronically at http://orce.bpn.gov. 52-212-4 Contract Terms and conditions-commercial items: 52-212-5 Contract Terms and Conditions required to implement statues or executive orders-commercial items. In paragraph (b) of 52.212-5, the following apply: 52.222-35 Equal Opportunity, 52.236-7 Permits, 52.236-12 Clean-up, 52.246-12 Inspection, 52-249-1 Termination, 52.222-50 Trafficking, 52.233-3 Protest, 52.233-4 Breach of Contract, 52.219-6 Small Business, 52-219-28 SB Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition, 52.222-22 Previous contracts, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action, 52.233-15 Energy Efficiency 52.223-16 IEEE 1680, 52.225-3 Buy American, 52.232.33 Electronic Payment, 52.225-13 Restrictions, 52.225-33. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Governments's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 30 days from the date this notice is published in the FedBizOps by 4:00 PM local time, September 12, 2011at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Tom Maze, Contract Specialist, 229-386-3496 or FAX 229-386-7225. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the government per FAR 13.106-2..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA/RFQ-11-4389-11/listing.html)
 
Place of Performance
Address: 21 Dunbar Road, Byron, Georgia, 31008, United States
Zip Code: 31008
 
Record
SN02529036-W 20110812/110810235614-6a99b2abf4e766e6fd3ab209b25bb280 (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.