Inactive
Notice ID:CAD4419-LAND
Notice to Bidders: The goal of this solicitation is to award one (1) Firm Fixed Price (FFP) contract to a vendor that is able demonstrate complete understanding of the requirment and capabilities to e...
Notice to Bidders: The goal of this solicitation is to award one (1) Firm Fixed Price (FFP) contract to a vendor that is able demonstrate complete understanding of the requirment and capabilities to execute. All quotes should included: Pricing for one (1) year of service 5/1/2019 - 4/30/2020 based on quarterly service and pricing for four (4) option years; Option year 1 - 5/1/2020 - 4/30/2021, Option year 2 - 5/1/2021 - 4/30/2022, Option year 3 - 5/1/2022 - 4/30/2023 and Option year 4 -5/1/2023 - 4/30/2024. Evaluations will be based on LPTA (Lowest Price Technically Acceptable). All bidders are required to be registered in SAM.gov. St. Thomas FEMA Bunker Landscaping Introduction: FEMA Region II currently controls four bunkers located at 35 Mosquito Point on the island of St. Thomas. These bunkers are used as an initial operating facility for events and potential events in the Caribbean. DHS/FEMA Region II has the responsibility for responding to emergency events in the Commonwealth of Puerto Rico and the Territories of the U.S. Virgin Islands (USVI). Recognizing the challenges of responsibility to events in the USVI, FEMA Region II took the initiative to establish a facility to ensure rapid response. Three of the four bunkers are used to store supplies and equipment for Hurricane response and facility maintenance. The 4th bunker (Office bunker) is used as an Initial Operating Facility. Objectives of the Requirement: The objective is to ensure that brush and grass are cleared to allow transportation and access to the site. Background and Specific Scope of the Requirement: The Initial Operations Facility (IOF) on St. Thomas provides a secure location for the pre- deployment of the inter-agency Incident Management Advanced Team (IMAT) The IOF also ensures communication with the U.S. Virgin Islands Territorial Emergency Management Agency (VITEMA), the Caribbean Area Division (CAD), the Regional Resource Coordination Center (RRCC) at FEMA Region II in New York City and the National Resource Coordination Center (NRCC) and Logistic Management Center (LMC) in Washington, DC. FEMA Region II and the Federal Aviation Administration (FAA) entered into a memorandum of agreement allowing FEMA to use FAA-owned World War II ammunition bunkers. The IOF was first used by the FEMA Region II ERT-A during the 1998 hurricane season when responding to Hurricane Georges. Requirements: Every quarter the awarded contractor shall perform brush clearing to ensure access on roads and paths as well as to the bunkers. 1: Brush shall be cleared three feet from any road, pathway, door or other access described below (with linear distances) • From 600 ft outside main gate • From main gate to second gate (964 ft) • From second gate to emergency generator (780 ft) • Access to bunker #2 (105 ft) • From second gate to bunkers #3, #4 junction (1,000 ft) • Access to bunker #3 (195 ft) • Access to bunker #4 (355 ft) • Access road to cistern including the cistern access way (256 feet) • To helipad area (275 ft) 2: Grass will be cut to length less than three inches in the specified locations and brush will be culled to ensure it does not encroach on the lawn. The following locations will have its grass cut: • Parking area on either side of the access road near the main bunker. (1,000 sq ft) • Helipad. The total area is about (2,000 sq ft) • Two oval shaped island/earth sections in Cull de Sac (2,000 sq ft) 3: Brush/vegetation will be cleared ten (10) feet back from curb, where possible, on roadway: • From the Northeast corner of the Helipad area moving North to the end of the roadway and including the Cull de Sac 4: Brush/vegetation will be cleared around the perimeter and immediate adjacent area of: • Two concrete pad areas located on the cistern access Contractor's Obligations: The contractor will be responsible for ensuring that the above maintenance procedures are performed quarterly. The contractor will be responsible to coordinate service visits with the assigned FEMA point of contact (POC) and submit all invoices to the FEMA Finance Center. Security Requirements: The quarterly maintenance will require FEMA to let the contractor on the premises. FEMA point of contact (POC) will orient the contractor to the site to ensure the relevant locations are known.