BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Brownsville, Kentucky. Contact the soliciting agency for additional information.

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 for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730 with a small business size standard of $9.5M. All interested companies shall provide a quotation for the following: MACA-STORM DAMAGE - HAZARDOUS TREE REMOVAL 1-1 DESCRIPTION: The work associated with this project entails the removal and disposal of hazardous trees in the vicinity of throughout Mammoth Cave National Parks Visitors Center, Cave City Road, Brownsville Road, Mammoth Cave Parkway, Green River Ferry Road North, Flint Ridge Road, and Carmichael Road. The locations and overview are depicted at Appendix A. 1-2 LOCATION: Mammoth Cave National Park is located approximately halfway between Nashville, Tennessee and Louisville, Kentucky near Interstate 65 in Edmonson County, Kentucky. 1-3 SAFETY: The Safety of the visitors and staff at Mammoth Cave National Park is of utmost importance. This includes personnel working on contracts within the parks boundary. The Contractor shall comply with all Federal, State, Park, and local regulations, to include American National Standard for Arboricultural Operations (ANSI) Safety Requirements as outlined in ANSI Z133-2017, Safety Requirements. Additionally, any applicable Occupational Safety and Health Administration (OSHA) standard that apply to this project. The Contractor will submit a safety plan that address the following items: The Contractor will submit a safety plan that addresses the hazards associated with this project, the training required for this project, and procedures that will be implemented to mitigate those hazards. The plan will address those procedures required to protect park staff and visitors during the execution of the project. This plan will be submitted and approved by the Contracting Officer (CO) or the Contracting Officers Representative (COR), prior to the project kickoff meeting. 1-4 BARRICADES: The Contractor shall provide barricades as directed by the CO or COR to protect the work site and to keep park visitors out of the work area. 1-5 UTILITIES: Notify the CO and/or COR and utility companies of proposed locations and times for excavation. The Contractor shall be responsible for locating and preventing damage to known utilities. If damage occurs to known utility, the Contractor Mammoth Cave National Park Project Specifications Remove Downed Trees 2 is responsible for the repair. There will be no additional expense to the Government. If damage occurs to an unknown utility, the Contractor is responsible for the repair and an equitable adjustment will be made in accordance with the Changes Clause of the contract. 1-6 INTERRUPTION OF EXISTING UTILITIES: The Contractor shall not interrupt existing utility service without the approval of the CO and/or COR. 1-7 UTILITIES AVAILABLE DURING CONSTRUCTION: If available in a reasonable manner and approved by the CO and/or COR, the Contractor can utilize water and electricity provided by Mammoth Cave National Park. If not available, the Contractor shall make arrangements for their own utilities. 1-8 SANITARY FACILITIES: Unless otherwise approved by the CO, the Contractor shall furnish sanitary facilities for the construction crew. The use of public restrooms is not authorized, unless otherwise approved by the CO. 1-9 STORAGE OF MATERIALS AND EQUIPMENT: The Contractor may store materials or equipment (if space is available) within the boundaries of Mammoth Cave National Park. The COR will be the point of contact. 1-10 WORK AREA CLEANLINESS: After the work is completed, the work site must be free of all branches and trees within the designated area depicted at the roads identified at Appendix B. These requirements also apply to all sub-contractors. The COR will provide a map indicating approved routes, roadways, and access points for tree and branch removal. If any grass, sidewalks, roadways, access roads, and other such surfaces become damaged as a result of the Contractor, the Contractor will repair at no expense to the Government. 1-11 LITTERING: Littering is not tolerated within Mammoth Cave National Park. Any member of the Contractors crew caught littering will be removed from the project. The Contractor shall provide facilities at all work sites for the proper disposal of litter. This includes inappropriate disposal of cigarette butts. Smoking is not allowed within 25 feet of any building or within 200 feet of any cave entrance. 1-12 DISPOSAL: All waste material resulting from this contract shall become the contractors property. It shall be disposed in accordance with current laws, regulations, and policies. Disposal of materials within the park is not allowed. 1-13 HAULING RESTRICTIONS: The total gross weight of the vehicle and load shall not exceed 65,000 pounds. Information regarding rules and regulations for vehicular traffic on park roads may be obtained from the Office of the Park Superintendent. A special permit will not relieve Contractor of liability for damage that resulted from moving of equipment on park roads. Mammoth Cave National Park Project Specifications Remove Downed Trees 3 1-14 IMPACT ON PARK VISITORS: The Contractor shall, at all times, conduct their operations to ensure the least inconvenience to the parks visitors and staff equipment. 1-15 PRESERVATION OF NATURAL FEATURES: Confine all operations to work limits of the project. Prevent damage to natural surroundings. Restore damaged areas by repairing or replacing damaged trees and plants, at no additional expense to the Government. Do not remove, injure, or destroy trees or other plants without prior approval of the CO and/or COR. 1-16 ARCHEOLOGICAL FINDINGS (Applies if there will be disturbance to ground surfaces.): There may be archeological remains in the work area; archeological findings remain the property of the Government and are not to be removed from the park. Petroglyphs, artifacts, burial grounds or remains, structural features, ceremonial, domestic, and archeological objects of like nature, historic or prehistoric, found within the construction area, will be removed by the Government. In the event the Contractors operations uncover or their employees find any of the above-described objects, immediately suspend operations at the discovery site, and continue operations in other areas. Should the discovery site require archeological studies resulting in delays or additional work, the Contractor will be granted a time extension or compensated by an equitable adjustment under the General Provisions of the contract. 1-17 OTHER CONTRACTORS: The Contractor shall coordinate their activities with other Contractors working in the area. 1-18 WORK HOURS: Work on this project shall occur Monday through Friday, 8:00am to 5:00pm, unless otherwise approved CO and/or COR. No work shall be undertaken on federal holidays, unless otherwise approved by the CO. As stated above, changes to these work hours, must be approved by the CO and/or COR. 1-18 PROJECT MEETINGS: PROGRESS MEETINGS If the on-site work exceeds 10 working days, the CO may schedule bi-weekly progress meetings. These meetings can be in person or via Microsoft Teams. 1-19 TEMPORARY CONTROLS: The Contractor is responsible for the installation of all barriers, as directed by the CO and/or COR. 1-20 PROJECT CLOSEOUT: Notify the CO when the project (or designated portion of project) is complete and request final inspection. The COR will inspect within 5 days of receipt of request. If, following final inspection, the work is determined to be substantially complete, the COR will prepare a list of deficiencies to be corrected before final acceptance. PART 2: MATERIALS 2-1 GOVERNMENT FURNISHED MATERIALS: The Government will not furnish any materials. 2-2 CONTRACTOR FURNISHED MATERIALS: The Contractor shall supply all equipment, material, and labor for this contract. 2-3 SUBMITTALS: The Contractor shall provide submittals as required by the CO. These submittals include, but are not limited to the following: Safety Plan Project Schedule Disposal Plan Mammoth Cave National Park Project Specifications Remove Downed Trees 5 2-4 The Contractor will provide a minimum of ten (10) days notice, prior to commencing work on this contract. This timeframe will allow Mammoth Cave National Park to adjustments to park operations, and to protect park visitors. 2-5 The Contractor is responsible for the felling and the disposal of the trees associated with this contract. 2-6 The Contractor will dispose of all materials associated with this contract, in a legal manner. PART 3: EXECUTION 3-1 The Contractor shall remove all downed trees that are located within the mowing area that is parallel with the following roadways and area: a. Carmichael Road b. Green River Ferry Road North c. Cave City Road d. Mammoth Cave Parkway e. Flint Ridge Road f. Brownsville Road g. Visitors Center Area PART 4: MEASUREMENT AND PAYMENT: 4-1 The CO, will accept as complete, when the removal and disposal has been satisfactorily complete. It will be the responsibility of the Contractor to notify the CO when the work has been completed. After notification of the completed work, the CO and/or COR will verify the work is complete, and the CO will document this acceptance in writing, to the Contractor. 4-2 Payment can be requested by the Contr. Award shall be made to the quoter whose quotation the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: meeting or exceeding the requirement, past performance, technical capability, and price. 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 2. FAR 52.212-2, Evaluation Commercial Items 3. FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-13, 52.225-13, 52.232-34. Refer to attachment for additional contract clauses. All quoters shall submit the following: Price quote and past performance form, Relevant Experience form. All quotations, shall be emailed to William_leady@nps.gov This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order 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:" Quoter shall list exception(s) and rationale for the exception(s). Quoter shall provide lump sum pricing for base and each option (2). In addition, provide a total for base and options. Submission shall be received not later than June 12, 2023 at 1700 E.D.T. All submissions shall be emailed to William_leady@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the William Leady via email at William_leady@nps.gov. Point of Contact William Leady via email at William_leady@nps.gov

Post-Bid

Conservation and Development

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
162
Active Projects
102
Bidding Soon
1,385
All Active Projects
629
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

June 12, 2023

July 12, 2023

img_map_placeholder

Multiple Locations, Brownsville, KY

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.