Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

F -- Total Vegetative Control For Cold Brook and Cottonwood Project Offices, Hot Springs, SD

Notice Date
4/11/2012
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F12T0079
 
Response Due
4/16/2012
 
Archive Date
6/15/2012
 
Point of Contact
sara edwards, 4029952484
 
E-Mail Address
USACE District, Omaha
(sara.edwards@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT (PWS) Total Vegetative Control US Army Corps of Engineers Cold Brook/Cottonwood Projects 27279 Larive Lake Rd Hot Springs SD 57747 Dated 07 March 2012 Part 1 General Information 1. GENERAL: This is a non-personnel services contract to provide Total Vegetative Control. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Total Vegetative Control as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: Services under this contract are to identify and control invasive vegetation on U.S. Army Corps of Engineers land as specified in the Project Resource Management Plan. 1.3 Objectives: The Contractor will provide complete herbicide application services for control of vegetation in designated areas. 1.4 Scope: The Contractor shall furnish all labor, tools, materials, equipment, supplies and supervision necessary to accomplish herbicide application to control vegetation in identified areas. Spraying will be controlled so that trees (outside the spraying area), shrubs, flower beds, water, food and etc. are not damaged or contaminated by either the actual spraying/application, drift or runoff and in such a manner that shadowing around objects will not occur. A bio-degradable marker dye is required with all sprayings/applications. The Contractor shall so control all their operations during the performance of the work so as to insure that the completed work meets all of the requirements of the specifications. All contracted tasks must be completed during the scheduled application period unless otherwise specified herein or authorized in advance by the Contracting Officer, or his/her authorized representative. 1.4.1 The contractor shall abide by all Corps of Engineers regulations as listed in the Code of Federal Regulations, Title 36. Off-road travel is restricted to the actual treatment area. The contractor must have prior authorization from the COR before violating any regulation. An off-road vehicle permit (provided by the project office) must be carried by the operator during execution of the contract. 1.5Period of Performance: The period of performance shall be for one (1) Base Offer and one (1) Option Year. The Period of Performance reads as follows: Base Year30 April 2012 THRU 17 August 2012 Option Year I04 May 2013 THRU 16 August 2013 1.6 General Information 1.6.1 Quality Control: 1.6.1.1 The Quality Control Program will include: 1.6.1.2 An inspection system covering all the services listed on the Performance Requirements Summary. It will specify the areas to be inspected on a scheduled basis, how often inspections will be accomplished (date/time), and the name of the individual(s) that will perform the inspections. 1.6.1.3 The methods for identifying and preventing defects in the quality of services performed before the level of performance becomes unacceptable. 1.6.1.4 On-site records of all inspections conducted by the Contractor and the necessary corrective action taken. This document will be made available to the COR at any time during the term of the contract and a copy of all inspections and corrective actions turned into the COR at the completion of each contract period. 1.6.1.5 The COR shall be allowed at any time or place the contractor is on government property, to inspect the spraying operation and equipment and obtain a sample of the chemical for testing. If the contractor is found to be using a chemical that has not had prior approval of the COR, or a chemical not approved for that area, the contract will be terminated and the contractor shall be held liable for any damages and the completion of the contract by a different source. The COR may inspect the work as the contract progresses. Any deficiencies noted by the COR shall be corrected at no additional cost to the government. The contractor shall not be paid for any work performed that is deemed unsatisfactory by the COR. The contractor shall be responsible to perform only that work specified within the contract, and shall receive no compensation for any work performed that is not specified within the contract. No government personnel will be allowed to assist the contractor in actual spraying operations or supervision of the contractor's personnel. 1.6.1.6 DEFICIENCY NOTICES: The Government will monitor the Contractor's performance and shall, upon knowledge of deficient work, immediately notify the Contractor by telephone; following with a written deficiency notice indicating the nature and the date of the deficiency. The COR shall indicate in the deficiency notice the new dollar amount which the Contractor should deduct from the next billing. If the COR cannot reach the Contractor by telephone after two (2) attempts, a written notice of deficiency shall be considered the only notification necessary for the Contractor of the deficiency. 1.6.1.7 Performance evaluation meetings with the Contractor will be scheduled as determined by the COR. 1.6.1.8 NOTE: Equipment breakdown shall not relieve the Contractor of the responsibility of performing the work as specified. It shall be the responsibility of the Contractor to assure that he or she has, or can obtain on short notice, sufficient backup equipment to continue the services as specified without interruption in the event of mechanical failure of the primary equipment. 1.6.1.9 The contractor will confine all vehicle traffic other than ORV spraying equipment to roads and parking lots. 1.6.1.10 Disposal Off Government Land: This paragraph prescribes actions required for the prevention of environmental pollution during and as a result of operations under this contract. For the purpose of this specification, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare, unfavorably alter ecological balances of importance to human life, affect other species of importance to man, or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, land, and water; and involves noise, solid waste management, management of radiant energy and radioactive materials, as well as other pollutants. 1.6.1.11 Protection of Land and Water Resources. The work areas on which the work is to be performed under this contract and the land resources adjacent thereto should be preserved in their present condition. 1.6.1.12 Use of Insecticides and Herbicides. Contamination of Water. Lakes, ditches, rivers, canals, waterways, or reservoirs shall not be polluted with fuels, oil, bituminous, calcium chloride, insecticides, herbicides, or other similar materials harmful to fish, shellfish, or wildlife; or materials which may be detrimental to outdoor recreation. Disposal of Materials. The methods and locations of the disposal of materials, wastes, effluent, trash, garbage, oil, grease, chemicals, etc., within the right-of-way limits shall be such that harmful debris will not enter lakes, ditches, rivers, canals, waterways, or reservoirs by erosion. Notification of Chemical Spills, Damage, Vandalism or Injury. The contractor shall notify the COR immediately of any chemical spillage, damage or vandalism to or on government property, and injury to any person resulting from the contractor's operations. The contractor shall advise the COR of damage to government facilities due to vandalism or other causes on the day such damage is noted. In the event of a chemical spill, the three C's: Control, Contain, Clean up shall be adhered to. The contractor shall adhere to the following procedures to the best of his/her ability and within his/her level of safety: A. Control the Spill Situation (stop or prevent any further chemical spillage). B. Contain the Spill (if possible). C. Clean Up (follow correct procedures for size of spill). Special Requirement. No fill or mix area will be provided by the government. The contractor shall be responsible for the cleanup of any spillage on or off government property. The contractor shall be responsible for meeting federal, state and local mixing requirements. 1.6.1.13 Safety: The contractor shall be responsible for the safety of their employees, and for any injury or damage done by said personnel, and shall protect the government from any claims. The Contractor will hold a safety meeting with all his/her employees, prior to commencement of work and each week of work, concerning safety on the job, a list of employees present and subjects discussed during the meeting. These minutes will be recorded and turned into the COR on a monthly basis. The Contractor will notify the COR of the time and location of each meeting. When the Contractor hires a new employee, the Contractor will provide the COR with a written statement that the new employee was briefed on all safety procedures. Any Contractor employee who does not following safety requirements will be removed by the Contractor. Exhibit D is the only acceptable format that will be used for submission of the safety meeting minutes. The Contractor will be responsible for duplicating these forms at his/her own expense. 1.6.1.14 All Contractor personnel shall be fully clothed at all times while performing these services. "Fully clothed" shall be deemed to mean that a standard work shirt with sleeves, long pants/trousers, steel-toed boots or steel-toed shoes and a hard hat (when necessary) shall be worn at all times. Clothing shall be clean and neat in appearance. Operators of equipment shall be 18 years of age, except those 16 years old and older may operate equipment when permitted by the Child Labor Law of the Fair Labor Standard Act administered by the U.S. Department of Labor. 1.6.1.15 Individuals who are required to work alone in remote areas shall be trained in basic first-aid. If there are two or more employees working in an area then a minimum of one (1) employee who is certified to administer basic first-aid and cardiopulmonary resuscitation (CPR) shall be on duty in the work area during all working hours. A Red Cross approved first-aid kit is also required at the work site. 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: The contractor is not required to perform services on the following holidays. Memorial Day Independence Day Labor Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 6:30 a.m. thru 9:00 p.m. Central Time Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. Contractor may not spray on weekends or holidays unless prior approval is given by the COR. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed in designated areas as shown by attached maps. 1.6.6 Type of Contract: The government will award a Small Business Contract. 1.6.7 Security Requirements: N/A 1.6.7.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.7.2 Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.7.3Lock Combinations: N/A 1.6.8 Special Qualifications: Each prospective bidder and any employees utilized for spraying under this contract shall be licensed by the State of South Dakota as a commercial applicator, and show proof of such, before their bid will be accepted. The contractor shall abide by all applicable federal, state, and local laws pertaining to the purchase, transportation, storage, mix area, use, rinse area, and disposal of general and restricted use chemicals and chemical refuse. The contractor shall hold general liability insurance. The insurance policy shall also carry riders which cover drift, overspray and spills. Proof of insurance will be required before any contract work may begin. 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Government POC: (Also referred to in text as the COR) The POC monitors all technical aspects of the contract and assists in contract administration. The POC is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the POC, a copy of which is sent to the Contractor, states the responsibilities and limitations of the POC, especially with regard to changes in cost or price, estimates or changes in delivery dates. The POC is not authorized to change any of the terms and conditions of the resulting order. The POC for this contract shall be Jacki Hine, 33573 North Shore Road, Chamberlain, SD 57325, Phone 605-245-2255. 1.6.11 Key Personnel: The following personnel are considered key personnel by the government: Spraying contractor and all employees providing labor. All employees shall possess required licenses and certificates as required. 1.6.11.1 The services required by this contract shall be performed in accordance with contract clauses. The Contractor shall designate in writing, a responsible foreman/supervisor of each work crew who shall serve as a contact for matters involving quality, performance or non-performance of the required work assigned to that crew. The employee(s) designated in accordance with the above requirements shall be qualified and fully competent with full authority to act for, and on behalf of, the Contractor as necessary to insure that the work as described herein is performed in accordance with contract clauses. The Contractor shall furnish the above written designation to the COR at the pre-work meeting. The designation shall include the name(s), address(s), and telephone number(s) of the individual(s) and the hours the person can be reached, that he/she intends to assign to this work. The COR reserves the right to disapprove any individual whom he/she considers to be incompetent to perform the work required. Such disapproval will be given to the Contractor by written notice. A minimum of one supervisor shall be on duty in the contract work area during all scheduled working hours. 1.6.11.2 The Contracting Officer or the COR may require the Contractor to immediately remove from the work site any employee of the Contractor who is documented to endanger persons or property, or whose physical or mental condition is such that it would impair the employee's ability to satisfactorily perform his/her work. Notification to the Contractor shall be promptly made in writing if time and circumstances permit. Otherwise, notification shall be telephonic and shall be confirmed in writing as soon as possible. No such removal, however, will reduce the Contractor's obligation to perform all work required under this contract. This requirement shall not be made the basis of any claim for compensation or damages against the United States or any of its officers or agents. 1.6.11.3 Each prospective bidder and any employees utilized for spraying under this contract shall be licensed by the State of South Dakota as a commercial applicator, and show proof of such, before their bid will be accepted. The contractor shall abide by all applicable federal, state, and local laws pertaining to the purchase, transportation, storage, mix area, use, rinse area, and disposal of general and restricted use chemicals and chemical refuse. The contractor shall hold general liability insurance. The insurance policy shall also carry riders which cover drift, overspray and spills. Proof of insurance will be required before any contract work may begin. 1.6.12 Identification of Contractor Employees: N/A 1.6.13 Contractor Travel: N/A 1.6.14 Other Direct Costs: N/A 1.6.15 Data Rights: N/A 1.6.16 Organizational: N/A 1.6.17 PHASE IN /PHASE OUT PERIOD: N/A PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACORAlternate Contracting Officer's Representative AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation CCEContracting Center of Excellence CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative COTRContracting Officer's Technical Representative COTSCommercial-Off-the-Shelf DADepartment of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List DFARSDefense Federal Acquisition Regulation Supplement DMDCDefense Manpower Data Center DODDepartment of Defense FARFederal Acquisition Regulation HIPAAHealth Insurance Portability and Accountability Act of 1996 KOContracting Officer OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPOPhase In/Phase Out POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program TETechnical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: N/A 3.2 Facilities: N/A 3.3 Utilities: N/A 3.4 Equipment: N/A 3.5 Materials: N/A PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance: N/A 4.3 Materials: The Contractor shall furnish all materials including chemical and mix water necessary to properly perform the work defined in this contract. 4.3.1 The Contractor must supply the COR with Material Data Safety Sheets for any products used on this contract. 4.3.2 Only EPA registered chemicals approved for use in the State of South Dakota shall be applied. All chemicals will be approved by the COR prior to application. Chemicals shall be mixed and applied at rates consistent with their respective labels and manufacturer recommendations. Application rates shall be such that the target pest is killed and not simply burnt. Contractor is to have Material Safety Data Sheets (MSDS) for all chemicals/dyes to be used. 4.4 Equipment: The Contractor shall provide all equipment that is of suitable size and type for the intended use and shall meet or exceed all current federal, state, and local safety requirements. 4.4.1 All equipment shall be of suitable size and type for the intended use and shall meet or exceed all current federal, state, and local safety requirements. 4.4.2 The COR will be given a list of all equipment and materials used by the Contractor on this contract. 4.4.3 The Contractor will be required to present all equipment to the COR for inspection upon bringing it on to Government Property and before it is used to perform work on this contract. 4.4.4 The contractor's equipment shall not be stored on government property administered by the Corps of Engineers, Big Bend Project. All chemicals, chemical mix, and chemical refuse shall be removed from government lands upon completion of each day's spraying. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide services for Total Vegetative Control 5.2. GENERAL. The Contractor will provide complete herbicide application services for control kill of vegetation in designated areas as outlined in this contract. Areas to be sprayed include: camp pads, impact sites adjacent to camp pads, parking lots, fence lines, storage areas, electrical towers pads, vault toilet areas, rip rap, along guard rails, beaches, roads, and curb/pavement cracks. All areas are on Federal Property managed by the U.S. Army Corps of Engineers. 5.2.1 Total Vegetation Treatment Application Phases. The services to be furnished under this contract shall be provided in two phases; an initial application and a follow-up application. The contractor shall NOT start spraying until notification and meeting with the COR. It shall be the contractor's responsibility to start and provide a continuous spraying operation from day to day, weather permitting, until completion of the spraying phase within the allotted time frame. Because of the possible close proximity of the areas to considerable human activity, the contractor is to avoid contact with the public and work force with either spray or drift 5.2.1.1 Initial application will consist of complete coverage/spraying of identified areas. Initial application shall be completed no later than 25 May 2012 on the base offer and 24 May 2013 on Renewal Option 1. 5.2.1.2 Follow-up application will consist of a total reapplication of herbicide to all areas covered under this contract. The follow-up application will be no less than 70 days following initial application and will be completed no later than 17 August 2012 on the base offer and 16 Aug 2013 on Renewal Option 1. 5.2.1.3 The contractor will be required to spray the following areas for both the initial and follow-up application: Cold Brook ProjectAcres Map 1 Boat Ramp 11.81 Dam Embankment0.13 Creek Crossing Guardrail 0.12 Overlook Guardrail0.14 Camp Pads (13)0.11 Spillway0.91 Additional Acres (COR Approval Necessary)5.00 Total18.22 Cottonwood Springs ProjectAcres Map 2 Boat Ramp0.2 Dam Embankment15.0 Additional Acres (COR Approval Necessary)5.00 Total20.20 TOTAL SPRAYING PER ONE TREATMENT 38.42 ACRES 5.3. CONTRACTOR MANAGEMENT REPORTING (CMR) (Only applies to Army Customers): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also know as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor shall follow all Safety Requirements detailed in the applicable Safety & Health Requirements Manual per EM 385-1-1. EM 385-1-1 is available on-line at: http://www.usace.army.mil/CESO/Pages/EM385-1-1,.aspx PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7.Attachment/Technical Exhibit List: 7.1.Technical Exhibit 1 - Performance Requirements Summary 7.2. Technical Exhibit 2 - Deliverables Schedule 7.3Technical Exhibit 3 - Estimated Workload Data 7.4Technical Exhibit 4 - Invoice 7.5Technical Exhibit 5 - Pesticide Application Record 7.6Technical Exhibit 6 - Contractor Safety Meeting Minutes 7.7Technical Exhibit 7 - Area Maps 1-2 TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective StandardPerformance Threshold Method of Surveillance PRS # 1. The contractor shall provide a spring pesticide application. Per paragraph 5.2.1The contractor shall spray all noted species with a minimum of 95% kill rate. In accordance 5.2.1. ZERO DEVIATION FROM STANDARDPeriodic Inspection PRS # 2 The contractor shall provide a fall pesticide application. Per paragraph 5.2.2The contractor shall spray all noted species with a minimum of 95% kill rate. In accordance with 5.2.2 ZERO DEVIATION FROM STANDARDPeriodic Inspection TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE DeliverableFrequency# of CopiesMedium/FormatSubmit To InvoiceWithin 10 days of completed work 1 Copy Paper (hard copy) US Army Corps of Engineers Attn: Jacki Hine 33573 North Shore Road Chamberlain SD 57325 Phone: 605-245-2255 Fax: 605-245-2555 Pesticide Application RecordsSame as above1 Copy Paper (hard copy)Same as above TECHNICAL EXHIBIT 3 ESTIMATED WORKLOAD DATA ITEM NAMEESTIMATED QUANTITY 1Spring Application (Spring 2012)38.42Acres 4Fall Application (Fall 2012)38.42Acres 6Spring Application (2013)38.42Acres 9Fall Application ( 2013)38.42Acres TECHNICAL EXHIBIT 4 INVOICE (MUST BE ACCOMPINED BY PESTICIDE APPLICATION RECORD FOR EACH AREA SPRAYED) DATE FROM_______________ THRU________________ ACRES SPRAYED _____________ x COST PER ACRE _____________ = $ _________________ Signed: ________________________________________Date: ________________ Title: _________________________________________ Payment to be made to: ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ TECHNICAL EXHIBIT 5 PESTICIDE APPLICATION RECORD U.S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, BIG BEND PROJECT Date: ______________ Area or Treatment Site: _____________________ Total Acres Treated:_________ WEATHER CONDITIONS DURING TREATMENT: Temperature: A.M. P.M. Wind Speed: A.M. P.M._______ Wind Direction: A.M. P.M._______ TIME OF APPLICATION: Beg Time: ________End Time: ________ Beg Time: ________End Time: ________ Total Hours: _________ APPLICATION EQUIPMENT USED: PICKUP - BOOM HANDGUN ________ ATV - BOOM HANDWAND____ GRANULAR________ BACKPACK ____ TARGET WEEDS CONTROLLED:_____________________________________ GROWTH STAGE: DORMANT ( ) ACTIVE TO FLOWER ( ) MATURE TO SEED SET ( ) MIXTURE AND/OR FORM APPLIED: ___________________________________________ Chemical Used: _____________________ Common Name: ____________________________ Manufacturer: __________________________EPA Registration # _____________ Total Quantity: _____________________APPLICATION RATE: __________________________________ Chemical Used: _____________________ Common Name: ____________________________ Manufacturer: __________________________EPA Registration # _____________ Total Quantity: _____________________APPLICATION RATE: _________________________________________ Chemical Used: _____________________ Common Name: ____________________________ Manufacturer: __________________________EPA Registration # _____________ Total Quantity: _____________________APPLICATION RATE: __________________________________ SPECIAL PRECAUTIONS TAKEN: ________________________________________ PROBLEMS ENCOUNTERED AT TIME OF APPLICATION: __________________ ____________________________________________________________________ APPLICATOR'S NAME & LICENSE #: TECHNICAL EXHIBIT 6 REPORT #__________ BIG BEND PROJECT CONTRACTOR SAFETY MEETING MINUTES PESTICIDE APPLICATION DATE:___________ TIME:___________ EMPLOYEES PRESENT: TOPICS DISCUSSED: 1.______________________________1.________________________ 2.______________________________2.________________________ 3.______________________________3.________________________ 4.______________________________4.________________________ 5.______________________________5.________________________ 6.______________________________6.________________________ MINUTES OF THE MEETING: Points of contact (POC): For contractual questions, contact Sara Edwards, Contract Specialist, at 402-995-2484 or at sara.edwards@usace.army.mil. For technical questions, contact Jacki Hine, at 605-245-2255.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F12T0079/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02719911-W 20120413/120411235830-f26854569d4d328680787dbb3ee6a6b1 (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.