Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

Z -- Yakutat Snow Removal - SCHEDULE OF ITEMS - Attachments

Notice Date
11/20/2012
 
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-13-0002
 
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 (WD05) Yakutat Compound Map Yakutat Vicinity Map SCHEDULE OF ITEMS 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-13-0002 Yakutat Snow Removal 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 2005-61. This is a small business set-aside with an associated NAICS code of 488490 and small business size standard of $7,000,000. Submit pricing on attached Schedule of Items. DESCRIPTION AND SPECIFICATIONS 1. SCOPE OF WORK The Contractor shall supply all labor, supervision, equipment, supplies, and services necessary to perform snow plowing and snow management services for the Yakutat Ranger District. This solicitation contemplates a firm fixed award to one contractor only. Prospective quoters are encouraged to visit the site. 2 DESCRIPTION OF WORK AREAS Compound Access road: this is a ½ mile long gravel road with numerous driveways. The road is approximately 20' wide. Cannon Beach road: this is a 2.4 mile long gravel road with turnouts. The road is approximately 16' wide, turnouts are 10' wide by approximately 50' long. There are parking areas at the beach end of the road suitable for passenger cars. Yakutat USFS compound: the compound includes an access driveway that is approximately 400' long by 20' wide. The compound also includes a parking/work area bordered by a warehouse and bunkhouse approximately 150' x 200' in size. The compound area is gravel surfaced. The compound also includes a snow storage area located behind the warehouse. The area immediately next to the rear warehouse wall will require occasional clearing of snow accumulated from the warehouse shed roof. 3 SNOW REMOVAL REQUIREMENTS Remove snow from the project roads and the compound Area A when snow depth exceeds 6". The Contractor shall exercise good judgment during times of snowfall or storms so that duplication of plowing efforts does not occur. When storms produce snow depths greater than 24" equitable adjustments in price may be negotiated. Snow storage services at the USFS compound Area B will be required when snow piles in the compound areas become too large to work around, and/or when snow accumulation next to the warehouse rear wall exceeds 2' in depth. A snow storage area is located behind the warehouse. Perform work in a manner to preserve and protect roads and appurtenances, and to prevent erosion damage to roads and streams. Do not blade gravel or other surfacing material off the road. Keep roadbed drainage ditches, drain dips, and culverts functional during operations and upon completion of operations. Control snow removal to identify the usable traveled way having roadbed support. Reshape over-width plowing as necessary to define the usable width. Remove snow from all of the traveled way, including turnouts, for safe and efficient use for Contractor's equipment, government employees and the public. 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. Snow shall not be piled where it will block sight distance at roadway intersections or block roadways, garage bays or equipment bays or driveways. Remove snow berms at driveway entrances caused by snow plowing operations. Provide plowed parking areas for a minimum of 10 standard vehicles near Cannon Beach. Government is responsible for coordinating and moving fleet and employee vehicles to allow for plowing and snow removal within the compound area. If fleet vehicles are not moved, plow roadway areas around them. 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: 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" (August 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.). 52.217-8 Option to Extend Services (Nov 1999) Fill-in "60 days" 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within optional periods; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3years. (End of clause) 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. (DEVIATION 2012-01) Alternate 1 (Feb 2012). (a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision) AGAR 452.209-71 Assurance Regarding Felony Conviction Or Tax Delinquent Status For Corporate Applicants Alternate 1 (Feb 2012). (a) This award is subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434. (End of Clause) The date and place offers are due November 29, 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, Attachments: SCHEDULE OF ITEMS Yakutat Snow Removal Yakutat Vicinity Map Yakutat Compound Map Wage Determination (WD05)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-13-0002 /listing.html)
 
Place of Performance
Address: The Yakutat Ranger District is located in Yakutat, Alaska. Yakutat is a remote community with twice daily jet service and periodic commercial barge and ferry service. The community of Yakutat has no road access to or from any other community., Yakutat, Alaska, United States
 
Record
SN02934749-W 20121122/121120234727-6042d670b248523931d497395b615a8d (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.