Synopsis:
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 solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5. The government may award multiple fixed price contracts for each of the proposed work areas; however if advantageous to the government a single award may be made. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. NIACS Code: 238910 Business Size: $13.0 Million SCA Wage Decision WD 05-2183 (Rev.-6) dated 06/03/2008 applies.
This is solicitation number AG-52B1-S-08-3191 and is issued as a request for quotation (RFQ). This is a HUBZone Small Business Set-Aside acquisition.
SCHEDULE OF ITEMS
ITEM 1: DEER CREEK LAKE
CLIN: 1001
DESCRIPTION: CLEAN DEBRIS OFF DAM
METHOD OF MEASURE: LS
UNIT OF ISSUE: JOB
ESTIMATED QUANTITY: 1
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 1002
DESCRIPTION: REMOVE TREES FROM OUTLET
METHOD OF MEASURE: LS
UNIT OF ISSUE: JOB
ESTIMATED QUANTITY: 1
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 1003
DESCRIPTION: INSTALL RIP RAP IN LEFT GROIN
METHOD OF MEASURE: EQ
UNIT OF ISSUE: TON
ESTIMATED QUANTITY: 100
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
ITEM 2: SADDLE LAKE
CLIN: 2001
DESCRIPTION: INSTALL 6' X9' METAL GRATING PROVIDED BY FS
METHOD OF MEASURE: LS
UNIT OF ISSUE: JOB
ESTIMATED QUANTITY: 1
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 2002
DESCRIPTION: FILL IN STILLING BASIN WITH SOIL METHOD OF MEASURE: EQ
UNIT OF ISSUE: CUYD
ESTIMATED QUANTITY: 90
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 2003
DESCRIPTION: REPLACE VALVE STEM EXTENSION
METHOD OF MEASURE: LS
UNIT OF ISSUE: JOB
ESTIMATED QUANTITY: 1
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 2004
DESCRIPTION: CORRECT EROSION RILLS AT BASE OF SPILLWAY
METHOD OF MEASURE: EQ
UNIT OF ISSUE: SQFT
ESTIMATED QUANTITY: 500
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 2005
DESCRIPTION: PATCH CRACK IN CONCRETE STEP ON RCC
METHOD OF MEASURE: LS
UNIT OF ISSUE: JOB
ESTIMATED QUANTITY: 1
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
ITEM 3: TIPSAW LAKE
CLIN: 3001
DESCRIPTION: REPAIR CHANNEL EROSION ON SPILLWAY METHOD OF MEASURE: EQ
UNIT OF ISSUE: SQFT
ESTIMATED QUANTITY: 750
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 3002
DESCRIPTION: CLEAN DEBRIS OFF DAM
METHOD OF MEASURE: LS
UNIT OF ISSUE: JOB
ESTIMATED QUANTITY: 1
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 3003
DESCRIPTION: REMOVE FENCE AND TREES AROUND INLET STRUCTURE
METHOD OF MEASURE: LS
UNIT OF ISSUE: JOB
ESTIMATED QUANTITY: 1
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
ITEM 4: CELINA LAKE
CLIN: 4001
DESCRIPTION: INSTALL 6' X9' METAL GRATING PROVIDED BY FS
METHOD OF MEASURE: LS
UNIT OF ISSUE: JOB
ESTIMATED QUANTITY: 1
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 4002
DESCRIPTION: REMOVE DEBRIS, FENCE AND TREES AROUND INLET STRUCTURE
METHOD OF MEASURE: LS
UNIT OF ISSUE: JOB
ESTIMATED QUANTITY: 1
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
ITEM 5: INDIAN LAKE
CLIN: 5001
DESCRIPTION: REPAIR EROSION
METHOD OF MEASURE: EQ
UNIT OF ISSUE: SQFT
ESTIMATED QUANTITY: 1000
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 5002
DESCRIPTION: CLEAN DEBRIS OFF DAM
METHOD OF MEASURE: LS
UNIT OF ISSUE: JOB
ESTIMATED QUANTITY: 1
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 5003
DESCRIPTION: REMOVE DEBRIS, FENCE AND TREES AROUND INLET STRUCTURE
METHOD OF MEASURE: LS
UNIT OF ISSUE:
ESTIMATED QUANTITY: 750
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 5004
DESCRIPTION: INSTALL RIP RAP ALONG RIGHT GROIN
METHOD OF MEASURE: EQ
UNIT OF ISSUE: TON
ESTIMATED QUANTITY: 50
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 5005
DESCRIPTION: REMOVE TREES AT OUTLET
METHOD OF MEASURE: DQ
UNIT OF ISSUE: SQFT
ESTIMATED QUANTITY: 750
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 5006
DESCRIPTION: RESHAPE BERM ON DOWNSTREAM DAM FACE
METHOD OF MEASURE: EQ
UNIT OF ISSUE: SQFT
ESTIMATED QUANTITY: 500
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 5007
DESCRIPTION: REPLACE DRAIN VALVE GUIDE BRACKET
METHOD OF MEASURE: LS
UNIT OF ISSUE: JOB
ESTIMATED QUANTITY: 1
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
ITEM 6: U38 LAKE
CLIN: 6001
DESCRIPTION: GRADE AND BENCH OUTLET OF EMERGENCY SPILLWAY
METHOD OF MEASURE: EQ
UNIT OF ISSUE: SQFT
ESTIMATED QUANTITY: 12000
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
CLIN: 6002
DESCRIPTION: INSTALL RIP RAP ON EMERGENCY SPILLWAY
METHOD OF MEASURE: EQ
UNIT OF ISSUE: TON
ESTIMATED QUANTITY: 250
UNIT PRICE: $_______________
EXTENDED PRICE: $_______________
VARIATION IN QUALTITY: If the quantity of a unit-priced item in this contract is an estimated quantity and the actual quantity of the unit-priced item varies more than 15 percent above or below the estimated quantity, an equitable adjustment in the contract price shall be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 115 percent or below 85 percent of the estimated quantity. If the quantity variation is such as to cause an increase in the time necessary for completion, the Contractor may request, in writing, an extension of time, to be received by the Contracting Officer within 10 days from the beginning of the delay, or within such further period as may be granted by the Contracting Officer before the date of final settlement of the contract. Upon the receipt of a written request for an extension, the Contracting Officer shall ascertain the facts and make an adjustment for extending the completion date as, in the judgement of the Contracting Officer, is justified.
DEFINITIONS:
DQ: Design Quantity. This is an estimated quantity based on project design and the pay item may be adjusted for variation in quantity.
EQ: Estimated Quantity. This is an estimated quantity based on the amounts the government estimates as being required to complete the line item. The pay item may be adjusted for variation in quantity.
LS: Lump Sum. The line item is not subject to an adjustment for variation in quantity.
STATEMENT OF WORK
DIVISION 1 â GENERAL REQUIREMENTS
SECTION 1010 â SUMMARY OF WORK
PART 1 â GENERAL
1.01 Description of Work:
A. Extent of Contract
1. Provide and furnish all labor, superintendence, materials, tools, equipment and other items designated under âGeneral Provisionsâ of this contract necessary to provide repairs to various dams including excavation, tree and fence removal, debris removal, installing rip rap, and concrete patching A general summary of the project follows and is for information only, and is not intended to be all-inclusive.
2. Location- Various Dams Perry and Crawford Counties, Indiana. Work to be completed at Deer Creek Lake, Saddle Lake, Tipsaw Lake, Celina Lake, Indian Lake in Perry County , and U38 Lake in Crawford County
END OF SECTION
SECTION 1020 â TEMPORARY FACILITIES AND CONTROLS
PART 1 â GENERAL
1.01 Description of Work:
A. Utilities
1. Electric power is not available at the sites.
B. Water
1. Water is not available at the sites.
C. Toilet facilities
1. Adequate toilet facilities for construction workers are not available at the sites.
D. Security
1. Contractor shall provide for security of sites, equipment, and personnel during contract period.
1.02 Debris disposal
A. All debris shall be removed from the sites and disposed of in accordance with all existing laws.
END OF SECTION
DIVISION 2 â SITEWORK
I. SECTION 2110 â MATERIAL REMOVAL AND PLACEMENT
PART 1 GENERAL
A. 1.01 SUMMARY
B. Description of Work:
a. Extent of Work: List of items specified herein for removal is not inclusive and shall not limit the amount of work to be performed. Remove debris accumulated around inlet structures, remove existing fencing adjacent to inlet structures, remove trees adjacent to outlet structure areas. See attached schedule of items
b. At each dam all woody debris shall be piled neatly in areas designated by the COR. Material will be burned by FS after it dries out.
1. Regulatory Requirements:
a. OSHA Safety and Health Standards.
b. EPA Regulations.
PART 2 EXECUTION
2.01 PREPARATION
A. Protection:
1. Existing Conditions: Restoration of existing adjacent vegetation and grounds damaged shall be made at the Contractorâs expense.
END OF SECTION
SECTION 2220 - EXCAVATING, BACKFILLING, AND COMPACTING
PART 1: GENERAL
1.01 SUMMARY
A. Section Includes:
1. Excavating.
a. Excavate minimum area needed to provide fill material. Reshape borrow area to minimize steep finish grades.
2. Fill.
a. Fill material shall be placed in 4â-6â lifts, blended into existing area and shaped to conform to existing contours. When practical, topsoil shall be removed and replaced in appropriate areas.
3. Compacting.
a. Topsoil areas should be lightly compacted..
b. Seeding shall comply with the âHoosier N.F. Seeding Specificationsâ.
1.02 QUALITY ASSURANCE
A. Regulatory Requirements:
a. OSHA Safety and Health Standards.
b. EPA regulations
1.03 PROJECT /SITE CONDITIONS
A. Existing Conditions:
1. Existing conditions are to be verified in the field before construction.
2. Existing Utilities:
a. None exist
PART 2 PRODUCTS
2.01 MATERIALS
A. Explosives: The use of explosives is not permitted.
PART 3: EXECUTION
1. Protect existing trees, shrubs, bushes, driveways, utilities, and other facilities, features, and improvements on or adjacent to the site from damage where such items are to remain.
2. Maintain material placement and excavations at all times to guard against and prevent injury to employees and the public in accordance with safety practices for building construction. Install necessary safety fencing to protect the public.
3. Seed according to enclosed âHoosier N.F. Recommended Seed Mixturesâ specifications.
END OF SECTION
Hoosier National Forest
Recommended Seed Mixture
March 15, 2007
Kirk W. Larson
Forest Botanist & Nonnative Invasive Plant Coordinator
Zachary Rigg
Forest Soil Scientist
For use at all locations and seasons:
Apply throughout the season when soil moisture conditions are adequate for germination.
Winter wheat is a nonnative annual agricultural (nurse) crop species, but it is non-persistent and a fast-growing, short-lived plant that provides quick soil stabilization to keep invasive weeds from invading without competing with native grasses/wildflowers. Mix the winter wheat seed with the selected native seed species according to the rates displayed below:
Species Per Acre
Winter wheat (Triticum aestivum) 40 lbs./acre
Switch grass (Panicum virgatum) 4 lbs./acre
Virginia wild rye (Elymus virginicus) 4 lbs./acre
Partridge pea (Cassia fasciculata) â preferred â both districts 1 lbs./acre
or Illinois bundle flower (Desmanthus illinoensis) â use only Tell City RD
This seed mix is for use in general applications across the Hoosier where ground disturbances have created conditions with the potential for soil erosion and the possible spread of nearby nonnative invasive plants. Typically, areas requiring seeding may include roadsides, log landings, and firelines on steeper slopes. Where necessary use a light covering of weed-free straw, if available, to help hold in moisture and increase germination. Do not use field hay for mulch as it invariably contains innumerable weed seeds, and if weed-free straw is not available or it is visually questionable, then it is much better to not use any at all.
The following provisions in their latest editions apply to this solicitation.
FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Price and Price related factors only. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so.
FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically:
FAR 52.233-3, FAR 52.233-4, FAR 52.219-3, FAR 52.219-8, FAR 52.219-14, FAR 52.219-28, FAR 52.222-3, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222.41, FAR 52.222-50, FAR 52.223-15, FAR 52.232-33, FAR 52.222-41, FAR 52.222-44, FAR 52.215-2, FAR 52.219-8, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-39, FAR 52.222-41, FAR 52.222-50, FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp
It a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register). 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 price related factors considered. Contact Keno Koehl (812) 275-5987 to arrange site visits.
METHOD OF SUBMMISSION OF QUOTATIONS for this solicitation shall be addressed to Ohio River Basin Shared Procurement Cluster, Hoosier National Forest, 811 Constitution Ave., Bedford, IN 47421 ATTN: Mark Corse . Quotations may be forwarded via e-mail to
[email protected] or facsimile (812) 279-3423 NOT LATER THAN 26 Aug 2008, 2:30 P.M. EST. For technical questions, Government Point of Contact is Keno Koehl (812) 275-5987.
A print ready copy of this solicitation is available on the Hoosier National Forest Website http://www.fs.fed.us/r9/hoosier/docs/contracts/contracts.htm
Bid Protests Not Available