Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

Z -- Tonka Snow Plowing - Attachments

Notice Date
3/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488490 — Other Support Activities for Road Transportation
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0116-S-12-0033
 
Point of Contact
Kim B Toland, Phone: 907-772-5804
 
E-Mail Address
kimtoland@fs.fed.us
(kimtoland@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Tonka Snow Plowing 2012 Vicinity Map Tonka Snow Plowing 2012 Work Log SCHEDULE OF ITEMS Tonka Snow Plowing 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. The solicitation number is AG-0116-S-12-0033 Tonka Snow Plowing and this solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. This is a small business set-aside with an associated NAICS code of 488490 and small business size standard of $7,000,000. See attached Schedule of Items for contract pay items. DESCRIPTION AND SPECIFICATIONS Scope of Work a. Description The Tonka Snow Plowing 2012 contract is for the removal of snow from National Forest System (NFS) road segments on the Tonka road system. Snow removal includes, but is not limited to mobilization, the clearing of snow from all of the traveled way, clearing two turnouts per mile, maintaining roadbed drainage, ditches, drain dips, and culverts. Space, construct, and maintain drainage holes in the snow berm. Removal of intruding windfalls, debris, or slough and slide material for the full width of the traveled way is considered incidental. The Contractor shall furnish all labor, materials, equipment, tools, transportation, supervision; and will perform all work required to complete this project in accordance with the drawings, specifications, and provisions, of the contract. Payment for contract work will be made only for and under those pay items included in the Schedule of Items. All other work and materials will be considered as incidental to and included in the payment for the items shown. b. Location The Tonka road system is located in Southeast Alaska, on Kupreanof Island, 7 miles south of Petersburg along the Wrangell Narrows. The Tonka road system originates at the Tonka Marine Access Facility (MAF) and is only accessible by boat or plane. c. Snow Removal Timeframe Item Anticipated Start Date Anticipated Completion Date Base Item March 23, 2012 April 1, 2012 Option Item 1 March 25, 2012 April 1, 2012 Option Item 2 April 1, 2012 April 3, 2012 Option Item 3 April 4 2012 April 6, 2012 If adverse weather or other circumstances create conditions that are unsafe for the performance of contract work, the Contracting Officer may suspend work with no charge against contract time. When conditions are safe to resume work, the Contracting Officer will issue a resume work order. Standard Specifications for the Construction of Roads and Bridges on Federal Highway Projects, FP-03. The Standard Specifications for the Construction of Roads and Bridges on Federal Highway Projects, FP-03, are included by reference. The requirements contained in these specifications are hereby made a part of this solicitation and any resultant contract. ISBN 0-16-051430-4 The FP-03 U.S. Customary version is only available through the Federal Lands Highway Headquarters office: Headquarters Washington DC David K. Green Construction Standards Engineer Internet: David.Green@fhwa.dot.gov Mail: Federal Highway Administration HFPD-3 400 Seventh Street, SW Washington D.C. 20590 Or available on line at http://www.wfl.fha.dot.gov/design/specs/ Safety and Public Notification Warning signs will be placed at the proper locations to warn the public of road work. All signs shall meet the minimum requirements as established by the Manual of Uniform Traffic Control Devices (MUTCD), 2003 edition. Damage to Structures The Contractor shall be held liable for any damage caused by his/her personnel or equipment to any existing bridges, ditches, culverts, signs, or riprap at culvert inverts. Repair of structures damaged by the Contractor's operations, shall be the Contractor's responsibility at no cost to the Government. Special Project Specifications - 803 803(01) Description This contract provides for removal of snow from NFS roads to allow passenger truck access for government administrative activities and safe use. 803(02) Maintenance Requirements The Contractor shall meet the following requirements during snow removal: (a) Perform work in a manner to preserve and protect roads and appurtenances, and to prevent erosion damage to roads, streams, and other Forest values. (b) Do not undercut banks or blade gravel or other surfacing material off the road. (c) Keep roadbed drainage ditches, drain dips, and culverts functional when needed during operations and upon completion of operations. (d) Control snow removal to identify the usable traveled way having roadbed support. Reshape over-width plowing as necessary to define the usable width. (e) Space, construct, and maintain drainage holes in the dike of snow or berm caused by snow removal operations. Place drain holes to obtain surface drainage without discharging on erodible fills. (f) Remove snow from all of the traveled way, including 2 turnouts per mile, for safe and efficient use for both government vehicles and the public. Clear snow to allow for safe turnaround of passenger trucks near the end of each plowed road segment. Remove intruding windfalls, debris, or slough and slide material for the full width of the traveled way and deposit out of drainages at agreed upon locations. (g) Upon notice replace in kind, within sixty (60) days after the start of normal operating Season (May-October), any surfacing material which has been bladed off the road, unless otherwise agreed. Forest Service will notify Contractor in writing as to the cubic yard equivalent of material bladed off, by the start of the normal operating season. 803(03) Equipment Contractor may use any type of equipment to remove snow, providing: (a) Equipment is of the size and type commonly used to remove snow and will not cause damage to the road. (b) The use of plows or dozers to remove snow requires written Forest Service approval. Keep the dozer blade a minimum of two inches above the road surface unless agreed otherwise. 803(04) Ice Control Ice control may be performed by contractor when approved by Forest Service in writing. Such approval will include ice control materials, application rates, and any specific requirements of use. 803(05) Acceptance Snow plowing will be evaluated under FP-03 106.02, Visual Inspection. 803(06) Measurement and Payment Pay unit will be by lump sum. The provision "52.212-1 Instructions to Offerors-Commercial Items" applies to this acquisition. The provision "52.212-2, Evaluation-Commercial Items", applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: 1) Capacity to perform required work. 2) Past performance 3) Price. Evaluation criteria (1) and (2) above in combination are roughly equal in importance to price. All offerors must provide a completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items". The provision can be obtained from this website: https://www.acquisition.gov/far/index.html FAR Clause "52.212-4, Contract Terms and Conditions - Commercial Items" applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR Clause "52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" (March 2012). The following clauses are selected as applicable to the acquisition. (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The date and place offers are due March 18, 2012; quotes may be faxed to 907-772-5894, emailed to kimtoland@fs.fed.us or mailed to US Forest Service Contracting, PO Box 309, Petersburg, AK 99833. Send questions for more information to: Kim Toland, Contracting Officer, kimtoland@fs.fed.us, (907)772-5804, Elbert Hardin, Civil Engineering Technician, ehardin@fs.fed.us, (907)772-5926 Attachments: SCHEDULE OF ITEMS Tonka Snow Plowing Tonka Snow Plowing 2012 Work Log Tonka Snow Plowing 2012 Vicinity Map Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-12-0033 /listing.html)
 
Place of Performance
Address: The Tonka road system is located in Southeast Alaska, on Kupreanof Island, 7 miles south of Petersburg along the Wrangell Narrows. The Tonka road system originates at the Tonka Marine Access Facility (MAF) and is only accessible by boat or plane., Alaska, United States
 
Record
SN02690403-W 20120309/120307234524-60bea0bb5e6a9530ca97de191b5f9b03 (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.