Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

S -- BLANKET PURCHASE AGREEMENT (BPA) FOR CIVIL WORK SERVICES ON MILITARY IN-HOUSE PROJECTS WITH THE U.S. ARMY CORPS OF ENGINEERS - BALTIMORE DISTRICT

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-14-T-0109
 
Response Due
10/23/2014
 
Archive Date
11/28/2014
 
Point of Contact
SHARLA ANDREWS, 4109622708
 
E-Mail Address
USACE District, Baltimore
(sharla.r.andrews@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT BLANKET PURCHASE AGREEMENT (BPA) FOR CIVIL WORK SERVICES ON MILITARY IN-HOUSE PROJECTS WITH THE U.S. ARMY CORPS OF ENGINEERS - BALTIMORE DISTRICT W912DR-14-T-0109 This is a Sources Sought Announcement. This announcement will be used to assist the Government in determining set-aside eligibility for this requirement as well as aid in identifying qualified sources capable of providing these services to the Government. Firm qualifications (as listed below), are being requested with this synopsis. The Government intends to issue up to three (3) Blanket Purchase Agreements (BPA) with an anticipated value of $2.0M-$2.5M. A WRITTEN SOLICITATION WILL NOT BE ISSUED. There is no basis for claims against the Government as a result of information submitted or demonstrations provided in response to this Announcement. Respondents will not be notified of the results of this synopsis. The U.S. Army Corps of Engineers - Baltimore District has been tasked with soliciting interested vendors in a position to provide environmental removal/remedial services at Munitions Response Sites (MRS) throughout the North Atlantic District (NAD) and assigned mission areas throughout the 50 states; if not all 50 states define areas of performance capabilities for consideration. The Blanket Purchase Agreement (BPA) will be for a period of five (5) years. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. REQUIREMENTS: The Contractor must be able to provide Civil Site Services as needed on project sites. The Contractor is expected to provide equipment and labor to clear and dispose of vegetation that inhibits the Military Munitions Response Program (MMRP) investigation or removal service. The Contractor is not expected to come in contact with munitions or munitions debris and will be expected to back off and allow the on-site Ordnance and Explosives Safety Specialist (OESS) to manage such debris. THE FOLLOWING REQUIREMENTS PERTAINING TO THE PERFORMANCE OF SITE WORK SHALL BE MET: Erosion and sediment controls must be installed per an Approved Erosion and Sediment Control Plan prepared by USACE. Contractor must be able to mobilize within 5 business days of request made by Government. All required permits and fees will be the responsibility of the Contractor. Cntractor is responsible for setting up inspections with Local or State regulators. Roads shall be kept free of dirt and debris at all times. Protect trees and vegetation to be left standing from damage incident to clearing, grubbing, and construction operations by the erection of barriers or by such other means as the circumstances require. Protect existing utility lines that are indicated to remain from damage. Notify USACE field personnel immediately if damage occurs to or an encounter with an unknown existing utility line. The Contractor is responsible for the repairs of damage to existing utility lines that are indicated or made known to the Contractor prior to start of clearing and grubbing operations. When utility lines are encountered within the area of operations, notify USACE field personnel in ample time to minimize interruption of the service. Clearing shall consist of the felling, trimming, and cutting of trees into sections and the satisfactory disposal of the trees and other vegetation designated for removal, including downed timber, snags, brush, and rubbish occurring within the areas to be cleared. Trees, stumps, roots, brush, and other vegetation in areas to be cleared shall be cut off flush with or below the original ground surface, except such trees and vegetation as may be indicated or directed to be left standing. Unless otherwise designated, trees larger than 3 quote mark in diameter shall be left standing. Contractor shall be responsible for removing logs, stumps, roots, brush, rotten wood, and other refuse from the project site. Site restoration may consist of grading, seeding, mulching (i.e. hydroseed or seed spreader). Contractor shall comply with Section 31 of the EM-385-1-1 USACE Safety and Health Requirements Manual and any other sections applicable to the work. Contractor shall comply with all Federal, State and Local requirements as it pertains to this work. SITE WORK MUST BE DONE PRIOR TO AND AFTER THE REMOVAL SERVICES. SITE WORK MAY INCLUDE BUT IS NOT LIMITED TO THE FOLLOWING: Installing Erosion and Sediment (i.e., Silt Fence, Super Silt Fence, Hay Bales, Jute, Straw, Etc.) Site Clearing to Include Tree Removal, Grubbing, Brushing Removal, Stump Removal Wood Chipping Site Grading Weed/Grass Cutting Mulching Seeding Dust Control Installation of Sedimentation Ponds NAICS CODE: 561730- Landscaping Services SMALL BUSINESS SIZE STANDARD: $7,500,000 FEDERAL SERVICE CODE: S299 VENDORS RESPONSES SHALL BE IN (PDF OR MS WORD FORMAT) & SHALL INCLUDE THE FOLLOWING INFORMATION: 1.The Firm's profile shall include the firm's name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e., Certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HUB Zone). 2.Indicate the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in the type of work specified in this announcement. PLEASE ENSURE YOUR FIRM'S TECHNICAL AND PERFORMANCE CAPABILITIES ARE RELEVANT TO THIS SYNOPSIS. 3.Provide a minimum of three (3), maximum of five (5) examples of prior/current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value (and value of subcontract, if a subcontractor), Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. CONTRACTORS WITH UNSATISFACTORY PAST PERFORMANCE MAY NOT BE CONSIDERED CAPABLE OF SUCCESSFULLY PERFORMING THIS TYPE OF WORK. 4.The Respondent may identify any unique characteristics or alternative solutions to the performance of work. Interested Firm's shall respond to this Sources Sought Synopsis no later than 1:00 P.M EST no later than 23 October 2014. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response via email only to Sharla Andrews, sharla.r.andrews@usace.army.mil. *NOTE: PRIOR GOVERNMENT WORK IS NOT REQUIRED FOR SUBMITTING A RESPONSE TO THIS ANNOUNCEMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-T-0109/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN03536268-W 20141001/140930022813-a63a9a9ff40236b1889f79d07330b04a (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.