Florida Bids > Bid Detail

70FBR423Q00000074 Debris Removal DR4673-FL RFQ

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • P - Salvage Services
Opps ID: NBD00159253715496370
Posted Date: Jan 30, 2023
Due Date: Jan 30, 2023
Solicitation No: 70FBR423Q00000074
Source: https://sam.gov/opp/df4f875b1e...
Follow
70FBR423Q00000074 Debris Removal DR4673-FL RFQ
Active
Contract Opportunity
Notice ID
70FBR423Q00000074
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
REGION 4
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 30, 2023 10:01 am EST
  • Original Published Date: Jan 20, 2023 12:40 pm EST
  • Updated Date Offers Due: Jan 30, 2023 04:00 pm EST
  • Original Date Offers Due: Jan 27, 2023 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 14, 2023
  • Original Inactive Date: Feb 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: P500 - SALVAGE- DEMOLITION OF STRUCTURES/FACILITIES (OTHER THAN BUILDINGS)
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    FL
    USA
Description

The Federal Emergency Management Agency (FEMA) has an urgent requirement and is considering the issuance of multiple Blanket Purchase Agreements (BPA) to execute multiple fixed rate/labor hour task orders in support of DR4673-FL disaster declared counties: Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia for the removal of debris, temporary transportable housing units (TTHUs), and Site Restoration.



Request for Quote 70FBR423Q00000074 is issued in accordance with FAR Part 13 Simplified Acquisition Procedures, and Part 12 - Acquisition of Commercial Products and Commercial Services.



This action is being competed using the policies and procedures for procurements under the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 USO 5150) and FAR 6.208 Set-Asides for Local Firms during a Major Disaster or Emergency. A "local firm" means a private organization, firm, or individual residing or primarily doing business in the affected area that has been made part of the disaster or emergency declaration. In order to fulfill the requirements of the two statutory requirements a contracting officer may set aside solicitations to allow only offeror(s) residing or primarily doing business in the affected area.



This action is a 100% local/small business set-aside for the disaster declared counties in the State of Florida (Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia).



The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to the removal of debris, temporary transportable housing units (TTHUs), and Site Restoration. The following wage determination shall be applicable to the resulting purchase orders:

Wage Determination 2015-4585 Rev 21 - Hardee County

Wage Determination No 2015-4529 Rev 19 - Lee County

Wage Determination No 2015-4533 Rev 20 - Volusia County

Wage Determination No 2015-4545 Rev 20 - Collier County

Wage Determination No 2015-4545 Rev 20 - Sarasota County

Wage Determination No 2015-4565 Rev 20 - Charlotte County

Wage Determination No 2015-4585 Rev 21 - DeSoto-Hardee County



-------------------------------------------------

A. RESPONSES to this Request for Quote are due electronically to Ashlee Young at ashlee.young@fema.dhs.gov no later than 12:00 pm EST, Friday, January 27, 2023.



B. QUESTIONS to this Request for Quote are due electronically to Ashlee Young at ashlee.young@fema.dhs.gov no later than 12:00 pm EST, Wednesday, January 25, 2023.



C. Proposal submissions shall not exceed ten (10) single sided pages, 8 1/2" x 11" page size, and no smaller than eleven (11) point character size. All proposals should be inclusive of a cover sheet, capability statement, vendor proposals, pricing chart, and/or images. Contractors are required to adhere to all page limitations, as any information found on pages that exceed any page limitation will not be considered.



D. The Solicitation response requires an active registration with the System for Award Management (SAM) in order to be considered for award. All quote submissions must include the following information on a quote submission cover letter.

1. Tax Identification Number (TIN)

2. Unique Entity Identifier (UEI) Number (formerly known as DUNS)

3. Authorized Representative Contact Name, Email, and Telephone Number

4. Complete Business Mailing Address

5. Completion of Set-Aside Disaster Notification of FAR 52.226-3 Disaster or Emergency Area Representation.

(a) Set-aside area. The area covered in this contract is: Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia

(b) Representations. The offeror represents that it ___ does ____ does not reside or primarily do business in the designated set-aside area.



-------------------------------------------------

Evaluation Factors

The Government will award multiple BPAs 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:



Factor 1. Delivery Schedule

The Contractor shall provide a range for earliest delivery completion schedule based on lot sizes (sq ft) and the potential number of lots (as few as 1 pad and up to 100 pads) per the requirement of debris removal, excavation, and site removal, TT/MHU Breakdown & Haul Away Completion per the requirements of the performance work statement. (See Attachment 1 - Technical Evaluation Criteria)



Factor 2. Technical Evaluation – Company’s Capability/Experience

The Contractor's proposal response shall be evaluated based on the Company’s current experience and capabilities to mobilize immediately to complete debris removal and site restoration task located in the declared disaster counties (Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia).

The contractor’s response shall be evaluated on its ability to provide and/or demonstrate the method of project management and oversight capability per job site. The Contractor must propose an acceptable plan and/or staff dedicated to the removal of Debris, Temporary Transportable Housing Units (TTHUs) and Site Restoration and this plan should seek to demonstrate the offeror’s ability to direct and control the operation of all requirements outlined in the performance work statement.

The proposal response should also address resolution of any issues/hazards/injuries that may arise during assigned.

******************************

SAM Registration

Contractor shall provide the following:

1. Unique Entity Identifier (UEI) number

2. Confirmation of complete Active SAMs registration

3. FAR 52.226-3 Disaster or Emergency Area Representation.

(a) Set-aside area. The area covered in this contract is: Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia

(b) Representations. The offeror represents that it ____ does or _____ does not reside or primarily do business in the designated set-aside area.



Factor 3: Past Performance

The submitted past performance experiences shall be past operations similar to the requirements set forth in this solicitation. Past experience summaries shall be based on previous years of experience for debris removal over the past 1-3 years or currently in process. Experience may include current residents and/or Contracts entered into with the Federal Government, agencies of State and local governments, and commercial customers. Contracts with the parent or an affiliate of the offeror may not be used.



The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror’s experience. The past performance evaluation will assess the Offeror's record of relevant and recent work for government and private sector clients.



Factor 4. Cost or Price Evaluation

In accordance with FAR Subpart 12.209 The contracting officer shall determine that a prospective contractor is responsible and that the prices offered are reasonable before awarding the contract. The contracting officer must ensure that contract terms, conditions, and prices are commensurate with the Government’s need.



----------------------------------------------------------------------------------------------



Performance Work Statement



Performance Work Statement (PWS)Removal of Debris, Temporary Transportable Housing Units (TTHUs), and Site Restoration

This Performance Work Statement (PWS) includes guidelines for the removal of Temporary Transportable Housing Units (TTHU), Debris, and Site Restoration; resulting from impacts incurred by Hurricane Ian on area Commercial Properties and Private Sites. The Contractor shall verify that the protocol for local and state codes and regulations are applied to all work; as well as Federal requirements (including compliance with Uniform Federal Accessibility Standards); State and local, and manufacturer’s codes. In general, any code or regulation that is more stringent than the manufacturers shall be followed. The contractor shall coordinate with the appropriate authorities to determine all codes and regulations. If issues are identified at requested site locations or assigned lots; requiring equipment or services extending outside the proposed job quote, the contractor shall immediately notify the Contractor Officer Representative (COR). The contractor shall not request departures from codes and regulations or add to this scope of work without the Contracting Officer’s (CO) consent. The contractor is encouraged to propose a statement of work, completion plan, alternative materials, designs, or methods that meet or exceed the performance requirements by saving time, reducing costs or otherwise advancing FEMA's objectives. Such alternative proposals must be approved by the COR and CO prior to implementation. Any deviations implemented without approval will be at the risk of the contractor to absorb. The contractor shall be responsible for acquiring all necessary permits and coordinating with Local County Departments. Completed lots or areas that do not meet performance standards required or violate applicable code regulation shall be replaced/corrected by the contractor at the contractor's expense. The contractor shall observe and comply with all Federal, state, tribal entities and local policies, regulations, and procedures concerning fire, safety, sanitation, security, and possession of drugs, alcohol, and firearms, or other lethal weapons. Description of Work: The Contractor will be responsible for providing all equipment, labor, and materials necessary to perform debris removal for commercial parks or private sites and restore lots to clean, safe and functional site as directed by FEMA. Debris removal work shall include the following:

•Work will be performed in the following counties; Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota,and Volusia.•Debris removal consistent of the downed tree, loose natural materials and scattered rubble,metal, manufactured wood, cinder block/concrete, litter, garbage/refuse/trash and anyidentifiable debris. Trees that are cut and removed must have their stumps cut or shaved toground level, preventing the possibility for tripping hazards and or obstruction.•Removal of hazardous materials such as kitchen, bath and laundry detergents, refrigerants, householditems such as paints, oils, and batteries to ensure those materials are disposed of properly.•Hazardous materials shall be disposed of in accordance with Federal, state and local laws and regulation.Refrigerants must be captured and handled in accordance with all state, local and Federal laws.•The Contractor shall dispose of appliances and furnishings in a manner that precludes or minimizesany health hazards or environmental contamination, and shall ensure compliance with all applicablelocal, state, and Federal codes and laws. Contractor shall be responsible for all disposal fees.•Destroy the MHU/TT shell and all contents in a manner that precludes their future assembly and/orreuse. When the MHU is completely removed from the frame it (the frame) becomes the property of theContractor.•After the removal of damaged dwellings, the Contractor shall have the technical capacity andadequate personnel to dispose of any personal property within the Housing Units as well asdeconstruct a unit at a predetermined location of the Contractor’s choice.

•Upon completion of the debris removal on an identified lot, it is imperative that it’s as close to originalgrade as possible for potential MHU / Travel Trailer installation.

No additional work is requested to improve lot condition, i.e., Addition of gravel, leveling topsoil or additional compacting requirements. Special attention to utility connection locations will be required, to prevent further damage as a result of the debris removal process and work on site. Only items and areas previously identified will work be performed; they’ll either be appropriately marked by property management or clarified by the assigned COR.

Work Completion

All work must be completed in 5 to 7 business days or upon an established timeline agreed by COR and CO. The Contractor shall provide a completion schedule and weekly update reporting. (For example, Company A completed 5 acres of debris removal in 2 days and has a remaining 5 acres and should be completed within 7 days) Records Management The Contractor shall cooperate with FEMA's record keeping requirements by certifying the destruction and removal of the Housing Units. FEMA will provide the required paperwork for signature by the Contractor or an authorized representative. Paperwork must be completed at the end of each workday. Environmental Support The Contractor shall coordinate with FEMA Regional Environmental Office and support FEMA or its designee work on any environmental issues. Obtain bonds and permits and begin work according to schedule within the requirements. Existing Utilities The Contractor shall recognize any and all utility locations during the course of the work performed while on the property. Ensure that measures are in place to prevent further damage and or cover the connections during the debris removal process. Any safety concerns recognized during removal process relating to utilities, immediate notification to the assigned COR and local Property Management will be required. Any material related to lot utilities, i.e., electric meters, power pedestals, poles, conduit housing wiring, is to remain on site unless otherwise directed by the property or assigned COR. Sewer line connections when uncovered from debris will be clearly marked, capped and covered in place; they’ll be noted for future reference with potential for reuse. Materials/Equipment The Contractor will be responsible for securing and utilizing the appropriate equipment necessary to conduct the work. Consideration to proposed equipment should be recognized as it relates to the cost proposal submitted to FEMA contracting; any adjustments impacting cost will be notified immediately to the assigned COR and Contracting Officer for approval. All equipment used must be operated by a licensed and trained operator, in accordance with the local and state requirements. Notifications/Communications Upon completion of an individual lot’s debris removal and restoration; it is imperative you notify the on-site FEMA Technical Monitor and or the COR of its completion immediately. This will warrant a brief inspection of the lots condition validating its overall completion status. At this time there may be items that need to be addressed; note it’s only when the Contractor receives confirmation from FEMA personnel that they can proceed from the identified lot.

Safety

Safety during the operation of heavy equipment will be the overall responsibility of the Contractor; ensure all Contractor and Subcontractor personnel have and utilize personal protective safety gear in accordance with OSHA requirements and follow all company safety policies. Assumption of Liability Contractor assumes all liability for the proper deconstruction, and disposal of each MHU transferred to it. Contractor further agrees to indemnify and hold harmless the United States Government from and against any claim of any nature arising out of the deconstruction, demolition and disposal of the MHUs.



Evaluation Criteria



Attachment 1



Subject: Technical Evaluation Criteria





TECHNICAL EVALUATION



This attachment outlines the criteria the Government will use in evaluating the offeror’s proposals regarding the removal of Transportable Temporary Housing Unit (TTHU) Debris, and Site Restoration in support of DR4673-FL. The Government will evaluate each offeror’s capabilities and proposal elements against the below evaluation criteria set forth.



The Government intends to issue multiple Blanket Purchase Agreements (BPA) to execute multiple fixed rate/labor hour call orders under this request for quote to the offeror who proposal represents the best value to the Government.



A rating of Unsatisfactory on any non-priced factors will render the entire proposal technically unacceptable and therefore, not eligible for award. The non-priced factors are listed below in order of importance (i.e. Factor 1 is most important).



Pricing will be evaluated in accordance with the offeror’s pricing spreadsheet, market research on current market rates, size and scope of requirement for fairness and reasonableness.







Proposals will be considered for evaluation only if the offeror’s SAM registration is active and current, and the offeror represents they currently reside in or doing business in the designated disaster declared counties (Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia).



SAM Registration



Contractor shall provide the following:



Unique Entity Identifier (UEI) number



Confirmation of complete Active SAMs registration



FAR 52.226-3 Disaster or Emergency Area Representation.



(a) Set-aside area. The area covered in this contract is: Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia



(b) Representations. The offeror represents that it □ does □ does not reside or primarily do business in the designated set-aside area.



------------------------------------------------------------------------------------------------------------



The Government will award multiple BPAs 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:



Factor 1. Delivery Schedule



The Contractor shall provide a range for earliest delivery completion schedule based on lot sizes (sq ft) and the potential number of lots (as few as 1 pad and up to 100 pads) per the requirement of debris removal, excavation, and site removal, TT/MHU Breakdown & Haul Away Completion per the requirements of the performance work statement.



Pad/Lot Sizes



Potential Pad Count



Time of Completion (Days)



Debris Removal Completion



Excavation & Site Restoration Completion



TT/MHU Breakdown & Haul Away Completion



Travel Trailers (8x24) up to (8x40)



1 to 30



31 to 60



61 to 90



91 to150



Manufactured Home Units

Express Models (8x48) up to (14x75)



1 to 30



31 to 60



61 to 90



91 to150



Factor 2. Technical Approach – Company’s Capability/Experience



The Contractor's proposal response shall be evaluated based on the Company’s current experience and capabilities to mobilize immediately to complete debris removal and site restoration task located in the declared disaster counties (Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia).



The contractor’s response shall be evaluated on its ability to provide and/or demonstrate the method of project management and oversight capability per job site. The Contractor must propose an acceptable plan and/or staff dedicated to the removal of Debris, Temporary Transportable Housing Units (TTHUs) and Site Restoration and this plan should seek to demonstrate the offeror’s ability to direct and control the operation of all requirements outlined in the performance work statement.



The proposal response should also address resolution of any issues/hazards/injuries that may arise during assigned.



******************************



Factor 3: Past Performance



The submitted past performance experiences shall be past operations similar to the requirements set forth in this solicitation. Past experience summaries shall be based on previous years of experience for debris removal over the past 1-3 years or currently in process. Experience may include current residents and/or Contracts entered into with the Federal Government, agencies of State and local governments, and commercial customers. Contracts with the parent or an affiliate of the offeror may not be used.



The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror’s experience. The past performance evaluation will assess the Offeror's record of relevant and recent work for government and private sector clients.



Factor 4. Cost or Price Evaluation



In accordance with FAR Subpart 12.209 The contracting officer shall determine that a prospective contractor is responsible and that the prices offered are reasonable before awarding the contract. The contracting officer must ensure that contract terms, conditions, and prices are commensurate with the Government’s need.



The technical evaluation rating criteria for Factors 1 and 2 are as follow:



Rating



DESCRIPTION



Superior



Demonstrates an excellent understanding of the requirements and a staffing approach that significantly exceeds performance or capability standards.



Good



Demonstrates a good understanding of the requirement and staffing approach that meets performance or capability standards.



Satisfactory



Demonstrates an understanding of the requirement and weakness in the staffing approach that could use minor adjustments to meet performance or capability standards.



Marginal



Demonstrates a shallow/deficient understanding of the requirement and is lacking a designated staffing approach that only marginally meets performance or capability standards necessary for minimal but acceptable contract performance.



Unsatisfactory



Fails to demonstrate the requirement needs, and the expectation of risk is high.



Definitions:



Strengths - An element of a proposal which exceeds a requirement of the solicitation in a beneficial way to the Government.



Weakness - A flaw in the proposal that increases the risk of unsuccessful contract performance.



Deficiency- A material failure of an offer to meet a Government requirement or a combination of significant weaknesses in an offer that increases the risk of unsuccessful contract performance to an unacceptable level.



The Past Performance rating criteria are as follows:



The government is not bound by the offeror’s opinion of relevance.



The following definitions apply:



Very Relevant: Past/present performance effort involved essentially the same magnitude of effort, complexities, and contract dollars this task order proposal requires.



Relevant: Past/present performance effort involved much of the magnitude of effort, complexities, and contract dollars this task order proposal requires.



Rating System for Past Performance Evaluation Factors:



Superior: Based on the offeror’s past performance record, essentially no doubt exists that the Offeror will successfully perform the required effort.



Satisfactory: Based on the offeror’s past performance record, it is likely that the Offeror will successfully perform the required effort.



Unsatisfactory: Based on the offeror’s past performance record, it is not likely that the Offeror will successfully perform the required effort



Neutral rating indicates a new debris removal Company without a record of past performance of ownership, or for whom information on relevant past performance is not available.



-----------------------------------------------------------------------------------------



Questions



Set 4



Thank you for sharing your concerns. The response due date was extended to Monday,

January 30th at 4:00 pm EST.

Let me try to explain.

For example CLIN 0001 - we provided the type of debris that will potentially be on pad/lots

at commercial parks or private sites (homes).

Ask yourself, if I take into account everything that is considered as debris..

1. How much would it take to remove that debris based on the square footage per pad

size which was given on attachment 1 (8x24 up to 8x40) or (8x48 up to 14x75).

2. How many team members will I need present to do the job?

3. What kind of equipment do I need to remove this debris from that pad size?

4. If I am bidding for Collier county how much do they charge for dumping?

5. If I'm bidding for Lee County, how much do they charge for dumping?

6. If I am going to haul a damaged travel trailer away, how much is that going to cost

me to haul it away and destroy it and then dump it?

7. Where can I demolish it if it is not allowed onsite

8. What are my mileage fees, gas fees, labor fees, materials and equipment fees?

Give us your plan and pricing to remove debris based on each CLIN and measurements.

We understand the solicitation is broad, but only the awardees will be given actual

addresses and we understand that pricing may change after initial inspections are done

and the Contracting Officer will ensure the changes in price are reasonable prior to

accepting.

For example CLIN 0002 - same goes for CLIN 0002 if your company provides pricing based on

acreage regardless of the type of debris onsite, how much does that cost?

The pricing spreadsheet is only a guide and do not have to be used. Explain in your own way

based on your business.

I hope this helps, also I encourage you to look at the questions and answers that were

posted in SAM.gov (3 documents) as other vendors had similar questions as well.



Set 3



Thank you for sharing your concerns. The response due date was extended to Monday,

January 30th at 4:00 pm EST.

Let me try to explain.

For example CLIN 0001 - we provided the type of debris that will potentially be on pad/lots

at commercial parks or private sites (homes).

Ask yourself, if I take into account everything that is considered as debris..

1. How much would it take to remove that debris based on the square footage per pad

size which was given on attachment 1 (8x24 up to 8x40) or (8x48 up to 14x75).

2. How many team members will I need present to do the job?

3. What kind of equipment do I need to remove this debris from that pad size?

4. If I am bidding for Collier county how much do they charge for dumping?

5. If I'm bidding for Lee County, how much do they charge for dumping?

6. If I am going to haul a damaged travel trailer away, how much is that going to cost

me to haul it away and destroy it and then dump it?

7. Where can I demolish it if it is not allowed onsite

8. What are my mileage fees, gas fees, labor fees, materials and equipment fees?

Give us your plan and pricing to remove debris based on each CLIN and measurements.

We understand the solicitation is broad, but only the awardees will be given actual

addresses and we understand that pricing may change after initial inspections are done

and the Contracting Officer will ensure the changes in price are reasonable prior to

accepting.

For example CLIN 0002 - same goes for CLIN 0002 if your company provides pricing based on

acreage regardless of the type of debris onsite, how much does that cost?

The pricing spreadsheet is only a guide and do not have to be used. Explain in your own way

based on your business.

I hope this helps, also I encourage you to look at the questions and answers that were

posted in SAM.gov (3 documents) as other vendors had similar questions as well.



Set 2



Can you please clarify what services are required under Clin 0001?

Debris removal pricing based on sq ft per pad

The pad sizes are included in the CLIN:

For example:

TT

If 1 pad size is 8x24 how much does that cost to clear debris from that lot size

If 1 pad size is 8x40 how much does that cost to clear debris from that lot size

MHU

If 1 pad size is 8x48 how much does that cost to clear debris from that lot size

If 1 pad size is 14x75 how much does that cost to clear debris from that lot size

It can be as few as 1 pad to clear debris or up to 100 pads.



Set 1



Can you share with us the estimated project size?

Attachment 1 – Technical Evaluation Criteria list the travel trailer and MHU sizes for the

potential pad count range. The vendors are requested to provide a response based

on sq ft, and/or acreage in the form of labor hours and inclusive of all equipment.

Please confirm if the responding company should be both a local and a small

business.

Yes, but we encourage all vendors to respond in the event the requirements are not

met.


Attachments/Links
Contact Information
Contracting Office Address
  • 3005 Chamblee Tucker Road
  • Atlanta , GA 30341
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >