News

Aqautic Vegetation Treatment

Type of document: Contract Notice
Country: United States

Aqautic Vegetation Treatment

Agency:
Department of the Army

Official Address:
100 MAIN DRIVE BUILDING 431 TEXARKANA TX 75507-5000

Zip Code:
75507-5000

Contact:
Aeron P. Miller, Contract Specialist, Phone 9033342134, Email aeron.p.miller.civ@mail.mil

Link:

Date Posted:
15/03/2019

Classification:
F

Contract Description:

Combined Synopsis/Solicitation
For the Purchase of a Service Contract for Herbicide Application for Aquatic Vegetation Control
At Red River Army Depot

(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.

(II) Solicitation W911RQ19Q0010 has been amended and is issued as a Request for Quote (RFQ).

(III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-56, and local terms and conditions.

(IV) This acquisition is reserved for a small business concerns. The associated NAICS code for this acquisition is 561210; PSC code is F008; Small Business size standard is-38.5 million dollars.

(V) DESCRIPTION OF THE REQUISITION:

Red River Army Depot has a requirement for the following: Aquatic Vegetation Treatment Services on Caney Creek Reservoir on Red River Army Depot, Texarkana, Texas. The Contractor shall provide all personnel, equipment, chemicals, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the treatment.

The purpose of this contract is to reduce the coverage of floating and submerged, aquatic vegetation on the Red River Army DepotтАЩs (RRAD) Caney Creek Reservoir in northeast Texas, in order to facilitate recreation and restore vitality to the lake. The project consists of one, early season chemical treatment using selective, systemic herbicide to be applied by boat. Army Regulation 200-1, Environmental Protection and Enhancement requires that installations manage natural resources on an ecosystem basis. Caney Creek Reservoir is an approximately 185 acre lake with several species of native and non-native aquatic species. Total area to be treated will be no more than 70 acres as determined by the Government.

The period of performance shall be April 15, 2019 thru May 15, 2019. Destination, Red River Army Depot, Texarkana, TX 75507-5000. Award of all line items is estimated no later than April 11, 2019.

(VI) SCHEDULE OF SUPPLIES/SERVICES: Aquatic Vegetation Treatment Services on Caney Creek Reservoir

CLIN 0001-
The Contractor shall provide all personnel, equipment, chemicals, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the treatment IAW PWS.
Total area to be treated will be no more than 70 acres as determined by the Government. An itemized invoice showing exact break down of all charges shall be furnished to the COR and buyer by the contractor prior to entry in Wide Area Work Flow for payment. The government will only pay actual Travel charges in accordance with the JTR.

Wage Determination No: 2015-5145, Rev.:7, dated 12/26/2018

(VII) This Combine Synopsis is for a service for Aquatic Vegetation Treatment.

(VIII) FOB Destination point is: Red River Army Depot, Texarkana, TX 75507

(IX) BASIS OF AWARD: 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.

Evaluations Factors shall include:

Past History
Price
Delivery time (Must be able to meet the required treatment time-April 15, 2019 thru May 15, 2019, and start work within 1 (one) week of notification of treatment)
Offerors must also have an active registration in WWW.SAM.GOV.
CONTRACTORтАЩS must include with the proposal at least 2 (two) references with phone numbers verifying successfully completion of past treatment(s).

CLAUSES
52.212-1 Instructions to Offerors тАФ Commercial Items
52.212-2 Evaluation тАФ Commercial Items.
52.212-3 Offeror Representations and Certifications тАФ Commercial Items.
52.212-4 Contract Terms and ConditionsтАУCommercial Items JAN 2017
52.212-5 Contract Terms and Conditions required to implement statutes or Executive Orders Commercial Items
(Jan 2017)
52.252-2 Clauses Incorporated By Reference FEB 1998
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7010 Levies on Contract Payments DEC 2006
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

LOCAL TERMS AND CONDITIONS:

ENVIRONMENTAL MANAGEMENT SYSTEM
RRAD has implemented an Environmental Management System (EMS), which is based on ISO-14001, and is concerned about environmental issues. RRAD desires to conduct its business operations in an environmentally sound manner. Relevant significant aspects will be communicated to contractors (including those used for outsourcing) and suppliers through the bid package where applicable. RRAD expects its suppliers and contractors to provide, at the same quality and price, products and services that have the least environmental consequence of all available options.
Wherever possible, where a supplierтАЩs product is causing a significant environmental aspect at RRAD, RRAD will communicate to that supplier that they should select the available option that minimizes the potential environmental impact of that product. Any contractor with plans to be working six months or longer at RRAD must receive EMS awareness training and information on operational controls where applicable. This training is thirty minutes induration and will be provided by RRAD. A copy of the RRAD Environmental Policy can be viewed on the Depot
Website via the Internet.

DELIVERIES TO RED RIVER ARMY DEPOT (RRAD)
(a) Effective October 1, 2015 ALL Delivery Appointments must be made through CAS (Carrier Appointment System) at least 24 hours prior to desired delivery date. Carriers arriving without an appointment will experience delays. Carriers can register for CAS at
(b) GPS Address is 100 Armory Drive New Boston, TX 75570. Automated directions 903-334-3060.
(c) If you do not have access to CAS at this time, you may contact Timothy Hill @ 903-334-1245 for assistance in making an appointment. At this time, 903-334-1242 is not being utilized for appointments.
(d) Sensitive/TPS shipments, DODAAC SV3227 will load/unload at Bldg. 595 telephone number 903 334 3295, FAX Rep-ship for classified material to 903 334 3620 or DSN 829-3620 or ddrt-repship@dla.mil. DLA RRAD does not accept 1.4S shipments of any kind.
(e) Effective 1 Aug 2015, prohibited items not allowed on depot: firearms, explosive, ammunition, propane over 20 LBS, fuel containers over 5 gallons, illegal knives. Drivers must clear a NCIC Background check for entry onto the facility.
(f) SW3227/W562RM do not accept USPS shipments.

BIDS FOR OTHER THAN F.O.B. DESTINATION
Bids submitted on a basis of other than f.o.b. destination will be rejected as nonresponsive.

ANTI-TERRORISM (AT) LEVEL I TRAINING REQUIREMENT (JUN 2012) (TACOM)
All contractor employees, including subcontractor employees, requiring access to Army installations, facilities, or controlled access areas shall complete AT Level I awareness training within 60 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 60 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at

iWATCH TRAINING (JUN 2012) (TACOM)
The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity Anti-Terrorism Officer (ATO)). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 60 calendar days of contract award and within 60 calendar days of new employeesтАЩ commencing performance, with the results reported to the COR no later than 60 calendar days after contract award.

CONTRACTOR MANPOWER REPORTING (CMR) (FEB 2013) (TACOM)
The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure
Army data collection site where the contractor will report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via secure data collection site. The contractor is required to completely fill in all required data fields in the format using the following web address:
. The required information includes the following:
(1) Contracting Office, Contracting Officer, Contracting OfficerтАЩs Technical Representative;
(2) Contract number, including task and delivery order number;
(3) Beginning and ending dates covered by reporting period;
(4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data;
(5) Direct labor hours (including sub-contractors);
(6) Direct labor dollars paid this reporting period (including sub-contractors);
(7) Total payments (including sub-contractors);
(8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different);
(9) Data collection cost;
(10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring
Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information);
(11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United
States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website);
(12) Presence of deployment or contingency contract language; and
(13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country).
Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year
(FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at :

INSPECTION AND ACCEPTANCE (Apr 1994)
Red River Army Depot
Texarkana, Texas

(TACOM) HQ-AMC LEVEL PROTEST PROCEDURES (OCT 2013)
Complete AMC Protest Procedures can be found at:

An agency protest may be filed with either the contracting officer or to HQAMC but not both following the procedures listed on the website above.

SECURITY REGULATIONS (Aug 27,2013)
(a) All contractors, subcontractors, and their employees are responsible for complying with the following regulations:
(1) Items forbidden on the depot include тАЬstrike anywhereтАЭ matches, alcoholic beverages, narcotics, photographic equipment, unauthorized tools, firearms, explosives and illegal knives (stilettoes, switchblades, hook blades, and blades over three inches in length).
(2) Personnel will not retain passes and badges upon job completion or termination, enter depot in an intoxicated condition, fight, gamble, picket, or create a disturbance. Failure to return badges will cost your firm $50.00 per badge.
(3) Contractor will ensure that all contractor employees comply with all applicable fire, safety, and security requirements and adhere to all applicable state and federal labor laws and regulations.
(b) General Instructions:
(1) All depot traffic regulations will be observed.
(2) Predetermined work routes will be followed with no deviation.
(3) All personal vehicles and containers are subject to search and confiscation of unauthorized items while on the depot (with or without presence of owner).
(4) Notorious misconduct off the depot may be sufficient grounds for denying entrance to the depot.
(5) POVтАЩS must have a minimum insurance coverage and state inspection sticker, in accordance with Texas State Laws.
(6) All personnel will adhere to all depot fire, safety, security, and other applicable regulations.
(7) Vehicles owned by commercial firms or common carriers must display a magnetic or other type sign/placard, visible on both sides of the vehicle.
(8) All commercial carriers will enter the depot through the Commercial Motor
Vehicle Access Control Point (CVO ACP).

SUBMISSION OF INVOICES
(a) The contractor shall invoice in such a manner that the total costs by CLIN, including G&A and overhead, associated with this contract and/or each individual delivery order are separate, distinct, and clearly identifiable. Each invoice shall cite the total amount invoiced, the cumulative amount invoiced to date, the date, contract number, and period for which the invoice was submitted. The contractor shall submit two (2) copies to the cognizant Defense Contract Audit Agency (DCAA) concurrent with submittal of four (4) copies to the CO for payment by the Government paying office designated in Block 12 of the award page. Costs determined by DCAA to be unallowable will subsequently be deducted by the Government from the ContractorтАЩs next invoice.
(b) With regards to other direct costs (ODC), the contractor shall separately identify the costs associated for each ODC (e.g. material, travel, reproduction, etc.). Invoices for travel expenses must be submitted within sixty (60) days after completion of travel. These invoices shall be accompanied by one (1) copy of the orders authorizing travel (if applicable) and one (1) copy of all receipts for reimbursable items (e.g. airline tickets, rental car, and lodging). (See Section H, Paragraph entitled: REIMBURSEMENT OF OTHER DIRECT COSTS.)
(c) The contractor shall not invoice for any portion of the award fee, if applicable, until and unless authorized by the Award Fee Determining Official via modification to each Delivery Order. (See in this respect Section H, paragraph entitled: AWARD FEE).

ELECTRONIC CONTRACTING (AUG 2015)
(a) All Army Contracting Command тАУ Warren solicitations will be publicized on the Federal Business Opportunities website (). Any additional attachments, including Technical Data Packages (TDPs) when available electronically, will be separate attachments or links embedded in the solicitation.
(b) As of 10 August 2015, unless directed to do otherwise in Section L of this solicitation, vendors are required to submit a quote or proposal via the Federal Business Opportunities (FBO) system. Proposals or quotes submitted after this date using any other mechanism, including the Army Single Face to Industry Bid Response System (ASFI BRS) may be deemed non-responsive.
(c) Requirements for the online FBO bid submission:
(1) Vendors must log into the FBO System to be able to submit electronic responses for opportunities.
(2) Vendors must be registered in the System for Award Management (SAM) at www.sam.gov (a Federal Government owned and operated free web site) and have a CAGE Code and CCR Marketing Partner Identification Number (MPIN).
(3) Once logged into the FBO System, vendors will be asked to enter basic information and directed to upload one or more files containing the proposal/quote and any additional information as outlined in the solicitation.
(4) FBO will send an email to vendorтАЩs registered email address confirming the electronic submission.
(5) For additional information on submitting electronic bid responses via the FBO system see the FBO Vendor Guide тАУ Section 4.3.1 тАЬSubmitting an Electronic ResponseтАЭ ().

Note to offerors:
(d) Please pay close attention to the Issued By block location on the cover page of the solicitation for closing date and time. The closing date and time is based on the local time of the listed location of the Issued By office. In accordance with FAR 15.208(a), offerors are responsible for submitting proposals, and any revisions, and modifications, so as to be received by the Government office designated in the solicitation by the time specified.
(e) It is the responsibility of the Offeror to ensure the proposal/quote is received by the date and time specified on the cover page of this solicitation. In accordance with FAR 15.208, if the proposal/quote was not received at the initial point of entry to the Government infrastructure (in this case, received through FBO) by the exact date and time specified on the cover page of this solicitation, it will be determined late. Proposal/quote is defined to mean ALL volumes or parts required in the solicitation are included in the electronic submission.
Note: There is no тАЬexpectedтАЭ or тАЬtargetтАЭ length of time for proposal submission; size and content may be factors, therefore offerors are strongly cautioned when submitting proposals to allow adequate time for submission.
(f) Solicitations may remain posted on the FBO after the solicitation closing date. If the response deadline has passed for the solicitation, vendors will no longer be able to submit electronic responses.
(g) Any award issued as a result of this solicitation will be distributed electronically. In the event of a FOIA request for a copy of any award issued as a result of this solicitation, or any subsequent modifications to the contract, the contract and modifications will be released, including the awarded unit price. This is the notice required by Executive Order 12600 (June 23, 1987) of the GovernmentтАЩs intention to release unit prices in response to any request under the Freedom of Information Act (FOIA), 5 USC 552. Unit price is defined as the contract price per unit or item purchased as it appears in Section B of the contract and is NOT referring to nor does it include Cost or Pricing data/information. If an Offeror objects to such release in the base contract or contract modifications, the Offeror must notify the contracting officer in writing prior to the closing date identified in this solicitation and include the rationale for the objection consistent with the provisions of FOIA. A release determination will be made based on rationale given.
(h) Questions pertaining to this solicitation should be directed to the Contract Specialist identified on the cover page of this solicitation. For technical assistance in doing business with the Government, and doing business electronically, please visit the Procurement Technical Assistance Center (PTAC) website at to locate a regional center.
(IX) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing via e-mail to the address below. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAM.

Offers are due on 30 March 2019, 10:00 AM Central Standard Time. All responsible sources that submit a response, if timely received, shall be considered by the agency.
Emailed quotes will be accepted at aeron.p.miller.civ@mail.mil. Point of Contact for this solicitation is Aeron Miller at (903) 334-2134.

 

Response Date:
033119

Sol Number:
W911RQ19Q0010

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy