SOLICITATION NOTICE
F -- RECOVERY--F--Boundary Maintenance Services, Harry S. Truman Project near Warsaw, Missouri.
- Notice Date
- 6/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-09-T-0075
- Response Due
- 6/30/2009
- Archive Date
- 8/29/2009
- Point of Contact
- margie.slavens, 660-438-7317<br />
- E-Mail Address
-
US Army Engineer District, Kansas City
(margie.a.slavens@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Reference W912DQ-09-T-0075, Request for Quote. Under the American Recovery and Reinvestment Act (ARRA), the US Army Corp of Engineers, Kansas City District, has issued a request for quotes for a firm-fixed contract for Boundary Maintenance Services located at the Harry S. Truman Project, Warsaw, Missouri. The general scope of work includes, but is not limited to, a post-award conference, reports, meetings, daily worksheets, etc., and furnishing all labor, equipment, supplies, and supervision, as necessary to accomplish the clearing of and application of chemical to approximately 60 miles of Harry S. Truman boundary lines. The Contractor shall clear all woody vegetation (including vines, briars, shrubs, and brush) from an area extending from the Government boundary line back onto Government property a distance of four (4) feet. All work shall be accomplished according to the performance work statement provided by the solicitation. Option work (if exercised) will require clearing and chemical application for an additional 40 miles. The Contractor shall monitor performance and ensure compliance in accordance with the terms and conditions of the solicitation/award. Any contract resulting will be firm fixed price (FFP) service contract. The performance period will be from date of award through March 31, 2010. The North American Industry Classification System (NAICS) Code for this project is 561730. SBA size standard is $7.0M. THIS SOLICITATION WILL BE SMALL BUSINESS SET ASIDE. Please note that vendors must currently registered in the Central Contractor Registration (CCR) Database and Online Registration and Certification Application (ORCA). Additionally there are some unique reporting requirements relevant to the use of ARRA funds (see FAR 52.204-11 for details). Technical Point of Contact Dan Sandersfeld 816-389-3930. Contractual Point of Contact Margie Slavens 816-389-3606. The following FAR provision apply to this solicitation: 52.212-2 Evaluation Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Evaluation Factors: Factor 1 Past Performance will be evaluated for the quality of services, timeliness of performance, customer satisfaction, and administrative skills on other contracts performed. Factor 2 Experience Past experience in areas related to the work required in this solicitation. Factor 3 Price 2. Relative Importance of Factors: Past Performance will be evaluated with more importance than Experience. Price/Cost, while important, will not be scored but will be evaluated for reasonableness and will be a consideration in the final selection decision. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acqnet.gov/far (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acqnet.gov/far (End of clause) The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-1, Instructions to Offerors Commercial Items 52.212-3, Offeror Representations and Certification 52.212-4, Contract Terms and Conditions 52.212-5, Alt II Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items The following clauses are checked as being applicable in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements 52.219-6, Notice to Total Small Business Set Aside 52.219-8, Utilization of Small Business Concerns (MAY 2004) 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-37, Employment Reports for Veterans 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration 52.222.41, Service Contract Act of 1965 (Nov 2009) 52.214-13, Electronic Bid Submission 52.232-18, Availability of Funds 52.236-4035, US Army Corps of Engineers Safety & Health Requirements Manual EM 385-1-1 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.244-6, Subcontracts for Commercial Items (MAR 2009) 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 252 BIDS DUE INFORMATION: Responses to this solicitation are due by 4:00 pm CST on Tuesday, June 30, 2009 at the Harry S. Truman Project Office, 15968 Truman Road, Warsaw, MO 65355. Quotes may be submitted via email to Margie.A.Slavens@usace.army.mil; via facsimile to 660-438-7815; in person; via delivery service; or via U.S. Mail to the above address. QUESTIONS: Please direct contractual questions to Margie.A.Slavens@usace.army.mil. Please direct technical questions to Danny.L.Sanderfeld@usace.army.mil. TO QUOTE: At a minimum, responsible sources shall provide the following: * A signed quote sheet for ALL ITEMS including optional services * Duns # * Past Performance Questionnaire * Work Experience Statement * Proof of Technical Capability as follows: 1. Contractor must be licensed by the State of Missouri to provide vegetation control in the categories used in the performance of this contract. Proof of certification and licensing shall be provided prior to contract award. 2. Contractor must have access to the equipment necessary to carry out the tasks within the SOW. 3. Contractor must furnish Proof of Insurance in the form of a copy of the insurance policy or a binder issued by the insurer. Proof of proper insurance shall be furnished prior to the pre-work conference. WAGE RATES: U.S. Department of Labor wage rates apply to this procurement, and appear as an attachment. They also may be obtained from Margie.A.Slavens@usace.army.mil. SPECIFICATIONS: Performance Work Statement is provided as an attachment. Schedule: All work shall be completed no later than 30 March 2010. Notice to Proceed (NTP): Date of Award Period of Performance: All tasks should be completed no later than 30 March 2010. Place of Performance: Harry S. Truman designated boundary line areas per the work statement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-T-0075/listing.html)
- Place of Performance
- Address: US Army Engineer District, Kansas City, Harry S. Truman Project 15968 Truman Road Warsaw MO<br />
- Zip Code: 65355<br />
- Zip Code: 65355<br />
- Record
- SN01840346-W 20090611/090609235940-ca8408e9e59a663edd513d25e87d7ca1 (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 |