The RFP Database
New business relationships start here

Tree Clearing Biscayne National Park


Florida, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation for Commercial Items
FAR 12.603

General Information:
Document Type:     Combined Solicitation/Synopsis
Solicitation Number:    140P5419Q0006
Posted Date:    February 15, 2019
Original Response Date:    March 1, 2019
Current Response Date:    March 1, 2019
Product or Service Code:    S208: Landscaping/grounds Keeping Services
Set Aside:    Total Small Business
NAICS Code:    561730: Landscaping Services
Contracting Office Address:
NPS, Southeast Region, Hurricane Recovery
199 Hemphill Knob Road
Asheville, NC 28803
Description:
This is a combined synopsis-solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, Effective 20 December 2018

The associated North American Industrial Classification System (NAICS) code for this procurement is 561730: Landscaping Services with a small business size standard of $7.5M.

This Acquisition will result in a firm fixed price service contract.

Place of Performance: Biscayne National Park, Miami/Dade County

The Southeast Hurricane Recovery Office is seeking to procure the services of tree clearing for the Biscayne National Park, Spite Highway/Loop Trail, Elliott Key, Florida.

All interested companies shall provide a quote for the following:

Provide tree trimming/clearing services on approximately seven miles of trials (Spite Highway and Loop Trail) on Elliott Key. Trail is impassable due to Hurricane Irma damage.
Objectives:
To open up trails, remove downed trees and foliage on Elliott Key, Spite Highway and Loop Trail to enable visitors to tour/ utilize the historic trail.

Place of Performance:
Biscayne National Park
Elliott Key Island
Street Address: 9700 SW 328th St Homestead Fl. 33033
Permitted Work Hours: Monday through Friday, 7:00am to 4:00pm
Period of Performance:
All tasks and deliverables for this contract must be completed within 90 days after Notice to proceed. Days listed herein refer to calendar days. Park does not allow any federal holiday work or weekend work for contract jobs.
Scope:    
The project consists of cutting/trimming and chipping approximately seven miles of hiking trail on Elliott Key-Spite Highway and Loop Trail. The contractor shall provide all tools, equipment, labor, supervision, and support to perform the tree trimming services. The contractor shall have an on-site superintendent/foreman present at all times.
Tasks:
Under this contract, the contractor shall complete the following tasks and requirements:
*Cut, trim and clear all under growth vegetation, bushes, thorn bushes, poisonwood, and downed trees no more than 6 to 8 inches in diameter, approximately 20 to 30 downed trees on Elliott KeyB?s Spite Highway and Loop trails.
*Provide chipper and chip all cut/removed material. Chipped material can be blown three feet and no more than three inches of material in depth into areas adjacent to trail.
*Identify and proper removal of all poisonwood that is on the trail. Proper equipment is to be worn for the removal of poisonwood which consists of long sleeve shirts, long pants, gloves, safety glasses, and gloves. After removal of the poisonwood, proper disposal of safety equipment needs to be done so the oil from the poisonwood does not contact the skin.
*All trails must be passable with UTV sized vehicle that is five to six feet wide upon completion.
*Clean job-site of all debris at the end of each workday and ensure that all work is performed in a professional manner.
Deliverables:
Provide safety plan as identified in Section 9.
*Certified arborist license.
*Spill plan for equipment used.
*Submit copy of companyB?s Experienced Modified Rate (EMR) from insurance company
Safety:
This contractor is to follow at a minimum all OSHA rules and procedures and will submit a site safety plan addressing the minimum, employee & visitor safety, signage, equipment, traffic safety (if warranted), and emergency rescue operations. Contractor will provide a spill plan for all equipment used on job; to include trucks, chippers, chain saw, gas, diesel fuel, and any other equipment that would be considered a spill hazard.
Travel:
Park will provide a 45 foot Landing craft vessel or any other comparable vessel for personnel, tools and equipment to and from Elliott Key. Contractor shall be responsible for all travel related expenses for this project, including mobilization of equipment, tools, materials, manpower, lodging, meals, and per diem.
Quality ASSURANCE Requirement:
The government will periodically evaluate the contractorB?s performance in accordance with the statement of work. All new equipment must conform to the manufacturerB?s instructions and guidelines for installation.

While performing work, the contractor shall comply with the latest applicable versions of the following:

Occupational Safety and Health Administration (OSHA) requirements
https://www.osha.com/

Additional Requirements:
*All affected areas must be restored to their original condition from before the work began. Any damages will be fixed and repaired at no cost to the government.
*All new equipment used on job must conform to the manufacturerB?s instructions and guidelines. This includes the safety procedures with equipment.

The performance period is anticipated to be 90 days from date of Notice to Proceed is issued

Place of Performance:
Address:    Biscayne National Park
Postal Code:    9700 SW 328th Street, Homestead, Florida
Country:    UNITED STATES

Site Visit:
A site visit is scheduled for Friday, February 22, 2019 at 11:00 am EDT at Biscayne National Park, 9700 SW 328th Street, Homestead FL 33033 in the boat shop at the Park. The purpose of this site visit is for contractors to ascertain the complexities and the location along with general local conditions which could materially affect conduct of operations of the cost thereof. To ensure proper logistics and accommodations for all attendees, you must contact Shane Loescher at (786) 335-3664 by phone in his office or email him at shane_loescher@nps.gov to RSVP no later than 9:00 am EDT on Thursday, February 21, 2019. The government will not escort potential offerors to the site without reservation confirmation.

Questions:
Questions MUST be submitted in writing to Lara_Wood@nps.gov NO LATER THAN 1:00 pm EDT on Wednesday, February 27, 2019. A summary of questions and answers arising from the site inspection and/or review of the package will be provided to all prospective contractors as an amendment to the solicitation. Only those written answers provided to all offerors will be the GovernmentB?s official response to questions. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Attendance of this site visit is highly recommended and is considered vital to the preparation of a competitive and cost effective quote, and to understand the total result desired by the Government and important for each contractor to have qualified representation at the site inspection. NO individual site inspections will be conducted.

SCA Wage Determination #WD 15-4543 (Rev 10) dated 12/26/2018 for Dade County is applicable. It can be found at http://www.wdol.gov/

145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 1996)

(a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows:

$ 50,000.00 each person
$100,000.00 each occurrence
$100,000.00 property damage

(b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work.

Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) price, and (2) past performance, which are all equally weighted. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html

The following solicitation provisions apply to this acquisition:
1)    FAR 52.212-1, Instructions to Offerors - Commercial Items(Oct 2018)
2)    FAR 52.212-2, Evaluation - Commercial Items (Oct 2014)
3)    FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (Oct 2018)
Offerors must complete annual representations and certifications on-line at https://www.sam.gov in accordance with FAR 52.212-3, Offerors Representations and CertificationsB?Commercial Items.B? If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
-FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018)
-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019)

The following subparagraphs of FAR 52.212-5 are applicable:
The following clauses within FAR 52.212-5 are applicable:
52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402)
52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010)
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note)
52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note)
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313)
52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644)
52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r))
52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2))
52.222-3, Convict Labor (JUN 2003) (E.O. 11755)
52.222-19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (SEPT 2015) (E.O. 11246)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793)
52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67)
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
52.222-50, Combating Trafficking in Persons (JAN 2019) (22 USC ch.78 and E.O. 13627)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (E.O. 13658)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) (E.O. 13513)
52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C chapter 83)
52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (MAY 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (MAY 2014)
52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-33, Payment by Electronic Funds Transfer-System for Award (OCT 2018) (31 U.S.C. 3332)
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 15 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 5 years, 6 months.

DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the services provided and the completion date.

The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date.

Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. (End of Local Clause)

All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Make sure to include your total price, your DUNS number and acknowledge any amendments in your email submitting your quote.

All quotations shall be submitted via email to Lara_Wood@nps.gov. Obtain emailed confirmation of offer. Offers MUST acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received in time (by 4:00 pm EDT on March 1, 2019).

This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Offeror shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than 4:00 pm EDT on March 1, 2019 via email to Lara_Wood@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

QUESTIONS: Email any questions to the Contracting Officer at Lara_Wood@nps.gov no later than 10 am EDT on 27 March 2019 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted.

Point of Contact: Lara Wood, Contracting Officer, Lara_Wood@nps.gov

Wood, Lara

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP