Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2002 FBO #0284
MODIFICATION

F -- Logging Operations/Forest Thinning

Notice Date
9/10/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F05611-02-Q-0056
 
Response Due
9/13/2002
 
Point of Contact
Henry Rush, Contract Specialist, Phone 719-333-8264, Fax 719-333-4404, - Patricia Hales, Contract Officer, Phone 719-333-2869, Fax 719-333-4404,
 
E-Mail Address
henry.rush@usafa.af.mil, patricia.hales@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in Federal Acquisition Regulations (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. The solicitation number is F05611-02-Q-0056. This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal acquisition Circular 01-06. The proposed purchase order is reserved for small businesses, the clause at FAR 52.219-6, Notice of Total Small Business Set-Aside, applies to this acquisition. The North American Industrial Classification System (NAICS) number is 113310 and the business size standard is 500 employees. Women-owned and Disabled Veteran-owned small businesses are encouraged to submit quotes. SCOPE OF WORK. Under the provisions of this Statement of Work (SOW), the contractor shall conduct cutting, skidding, hauling, and clean-up work on approximately 68.5 acres of forestland on the USAF Academy. In addition, there is an option of bidding on an additional 47 acres of thinning. The 68.5 acres comprises units 1, 2, and 5. The optional units are comprised of units 3 and 4. TIMBER OPERATIONS. This section of the contract covers logging operations on Academy forestlands and includes requirements for felling trees, limbing, bucking, skidding, loading, hauling and brush disposal. It also includes scarifying, water barring and seeding skid trails and landings. EQUIPMENT. The contractor will furnish all labor, materials, tools, equipment and fuel to conduct all operations included in this logging project. Contractor will provide a rubber-tired skidder or tracked machine (dozer) equipped with an industrial winch and a minimum of 100 feet of wire rope. Skidder or dozer must also be equipped with a front blade. Mechanized logging systems, such as feller/bunchers, are allowed with the following provision: If at any time it is determined by a USAFA Natural Resources representative that excessive damage is occurring as a result of using above equipment, the operation of said equipment shall cease and contractor will change to chainsaw felling. The contractor must provide all OSHA-required personal protective equipment to the logging crew. AREA DESIGNATION. The contractor shall cut down and remove designated trees in units 1, 2, and 5 as well as optional units 3 and 4. BOUNDARY AND TREE DESIGNATION. The boundary of the timber stand to be cut is designated with 3 blue stripes that face into the unit. These boundary trees mark the outer edges of the project area and will not be cut down or damaged in any way. Trees within the boundary of ?leave? tree units 1, 2, 3 and 5 that are designated to be cut and removed are those trees that DO NOT have a blue paint stripe at around 4.5 feet up on the bole and a blue dot on the stump. All blue marked trees are ?leave? trees and will not be cut or damaged in any way. Trees to be cut include all unmarked and unmerchantable conifer trees in the understory as well. Trees within ?cut? tree unit 4 are those trees that are marked with orange paint at 4.5 feet up on the bole of the tree and a dot on the stump. Mountain mahogany is a protected plant and will not be cut or damaged unnecessarily in any unit. SKID TRAILS AND LANDINGS. Unless otherwise stated by the contract administrator, all required skid trails and landings will be approved by the administrator prior to skidding and decking. PRODUCT REMOVAL. All portions of felled trees that are 3? or greater in diameter outside bark shall be removed from the sale area. This includes all portions of limbs that are greater than 3?. Wood products shall be removed in any form that is convenient and economical to the contractor as long as all wood 3? or greater is removed from the Academy. SCARIFYING, WATER BARRING AND SEEDING. Upon completion of each unit, skid trails will be water-barred where flagged by the administrator. Also, all skid trails, landing and haul roads will be scarified and seeded with the Academy approved native seed blend. The seed for this revegetation work WILL BE PROVIDED by the Academy. PERFORMANCE STANDARDS. An operating plan shall be submitted by the contractor prior to starting work. The plan shall include a starting date and an estimated completion date. Work shall begin in a designated area of the unit. All work shall be done to specifications in this document and shall progress in an orderly manner until the project is competed. Each unit shall be completed and all contract requirements approved by the sale administrator prior to beginning work in the next unit. STUMP HEIGHT. The contractor shall cut stumps as close to the ground as possible. Stump height shall not exceed 4? on the uphill side. SLASH DISPOSAL. Slash is defined as all woody material that is less than 3? in diameter outside bark that results from the contractor?s operation. Slash shall be disposed of, depending on the location, as directed by the Natural Resources representative. PILING. Slash shall be hand piled or machine piled using a bulldozer equipped with a brush blade. Slash piles shall be located so that when they are ignited, residual trees will not be scorched or damaged by heat. Piles shall not exceed 8 feet in height and shall be kept smaller in areas of heavy residual. Dirt shall be kept to an absolute minimum within all piles. 100% slash piling is required in units 1, 2, 3 and 4. Slash will be piled in approximately 70% of Unit 5. In the other 30%, slash can be lopped and scattered due to steepness of the terrain. An acceptable option to piling is chipping and hauling slash off base. LOP AND SCATTER. Slash shall be lopped and scattered so that it lies no higher than 12 inches above the ground. Trees shall be limbed to the tip and branches shall be cut so the length is 3? or less. Slash shall be treated on a daily basis, concurrently with felling operations. Lop and scatter will be allowed in Unit # 5 on all areas where the slope of the land is greater than 20%. All other areas should be piled or chipped and hauled off base. DAMAGE PENALTY. All work required under this contract shall be conducted in an orderly, professional, and workmanlike manner. All necessary precautions shall be taken to protect the residual forest, streams, and surrounding natural resources. A fine of $75 shall be assessed for each residual tree that is excessively damaged by the contractor?s operation. PRODUCT OWNERSHIP. All forest products shall remain the property of the U.S. Government until the products are removed from the Academy; i.e., until the product is actually hauled through either the north or south gate. STUMPAGE. The contractor shall pay stumpage rates for all merchantable wood products removed from the project area. Merchantable forest products are all portions of the cut tree that have merchantable value as determined by the Academy Forester. This includes, but may not be limited to sawlogs, wood chips and firewood. Sawlogs are all logs that are at least 6? in diameter inside bark at the small end and 8? long or longer with 33% or less defect due to rot, crook, sweep, or other factors. The payment schedule for merchantable material on a per unit basis at a rate of $10.00 per cord will be determined prior to removal of the product from the base. The following is the estimated volume of wood to be removed: Unit #1/60 cords; Unit #2/16 cords; Unit #3/152 cords; Unit #4/36 cords, and Unit#5/198 cords. SUSPENSION. The sale administrator may suspend or limit the contractor?s operation at any time in the event of excessive damage occurring to the residual stand caused by the contractor?s operations; to the ground due to the presence of mud, snow, etc.; during periods of extreme fire danger. If the suspension is due to a naturally occurring event, the number of days the operation is shut down shall be added to extend the completion date. PAYMENT. Payments for work completed shall be monthly. Pay to the contractor shall be in accordance with the estimated percentage of work completed as determined by the Natural Resources representative. FIRE. The contractor shall exercise all precautions to prevent wildfire. The contractor shall assist in the suppression of any wildfire caused by contractor operations. During fire season, the contractor shall have the following equipment on site: one shovel for each person on the job site and one fire extinguisher for each piece of motorized equipment on the job site. TRASH. The contractor shall pick up all trash produced by employees on a daily basis and keep the sale area clean at all times. LINE ITEM 0001: The contractor will furnish all labor, materials, tools, equipment and fuel to conduct all operations included in this logging project. Contractor will provide a rubber-tired skidder or tracked machine (dozer) equipped with an industrial winch and a minimum of 100 feet of wire rope. Skidder or dozer must also be equipped with a front blade. Mechanized logging systems, such as feller and bunchers, are allowed with the following provision: If at any time it is determined by a USAFA Natural Resources representative that excessive damage is occurring as a result of using above equipment, the operation of said equipment shall cease and contractor will change to chainsaw felling. The contractor must provide all OSHA-required personal protective equipment to the logging crew. The following line items are for the 68.5 acres of forestland that have been programmed for thinning operations during the Base Year of this contract. LINE ITEM 0001AA: QUANTITY: 1 Job (Unit #1: 15 acres/60 cords), UNIT PRICE: $ ________. EXTENDED PRICE: $_________. LINE ITEM 0001AB: QUANTITY: 1 Job (Unit #2 = 4 acres/16 cords), UNIT PRICE: $ ________. EXTENDED PRICE: $_________. LINE ITEM 0001AC: QUANTITY: 1 Job (Unit #5 = 49.5 acres/198 cords), UNIT PRICE: $________. EXTENDED PRICE: $_________. The following option line items are for the additional 47 acres of forestland, and will be considered in this acquisition subject to the availability of funds. LINE ITEM 0002: QUANTITY: 1 Job (Unit #3 = 38 acres/152 cords), UNIT PRICE: $ ______. EXTENDED PRICE: $_________. LINE ITEM 0003: QUANTITY: 1 Job (Unit #4 = 9 acres/36 cords), UNIT PRICE: $_________. EXTENDED PRICE: $_________. The contractor is advised the proposed price is exclusive of required merchantable wood products purchased. The Period of Performance for this acquisition is the date of award (on/about 15 September 2002) thru 30 June 2003, with work to begin within fifteen (15) days after award. The following limitations apply: the Contracting Officer may, at any time, by written order to the contractor, require the contractor to stop all, or any part of the work called for by this contract for a period of ninety (90) days IAW FAR 52.242-15, Stop Work Order in the event of excessive damage occurring to the residual stand caused by the contractor?s operations; to the ground due to the presence of mud, snow, etc.; during periods of extreme fire danger. If the suspension is due to a naturally occurring event, the number of days the operation is shut down shall be added to extend the completion date. Hours of operations are Monday through Friday from 0700 through 1630, unless prior arrangements have been coordinated with the base contracting office, 10ABW LGCA, United States Air Force Academy, Colorado Springs, Colorado 80840-2315, USA. The following Federal Acquisition Regulations (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions therein; FAR 52.212-1, Instructions to Offerors-Commercial Items. FAR 52.212-2, Evaluation-Commercial Items, the government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Past Performance and (2) Price. Price and Past performance are of equal importance. Past performance will be evaluated to determine its fairness and reasonableness as it relates to the item offered. The Government intends to evaluate offers and make an award without discussions; however, this does not precludes the government from having discussions if it is in the best interest of the government to do so. Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, with the following addenda applies to this acquisition: FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year. FAR 52.219-6, Notice of Small Business Set-Aside; 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 52.242-15, Stop work Order; 52.212-212-5, Contract Terms and Conditions required to Implement Statutes or Executive orders- Commercial Items applies to this acquisition. In addition, the following FAR clauses are applicable to this acquisition: (b) 52.222-21; 52.222-26; 52.222-35; 52.222-37; 52.225-1; 52.232-33, and (c) 52.222-41; 52.222-43, and 52.222-42. Statement of Equivalent Rates for federal Hires, Employees: THIS STATEMENT IS INTENDED FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. MONETARY WAGE FRINGE BENEFITS: 32.85%. Code 8130 Forestry Heavy equipment operator; SOC: 8318; WG8; Rate 17.13. Code 8190 Forestry Truck Driver; SOC: 821; WG7/8; Rate 14.07. Code: 8250 General Forestry Laborer; SOC: 8250; WG2; Rate 9.58. Pursuant to the Service Contract Act of 1965, as amended, Wage Determination 1994-2079, revision 23, dated 05/28/2002 will apply to the solicitation/contract contemplated hereby incorporated. Department of Defense Federal Acquisition Regulations Supplement (DFARS) 252.212-7001, Contract Terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items applies to this acquisition with the inclusion of the following: DFARS 252.204-7004, Required Central Contractor Registration; 252.225-7000, Buy American Act and Balance of payments program. Individual contractor's quotes must be received NLT 3:00 p.m. Mountain Standard Time (MST), 13 September 2002, at 10ABW/LGCA, Operational Contracting Office, Suite 200, 8110 Industrial Drive, USAF Academy, Colorado Springs, Colorado 80840-2315. Direct mail or Facsimile quotes are acceptable. Our fax numbers are (719) 333-4404 and (719) 333-6608. Please contact Mr. Henry L. Rush, Contracting specialist, telephone number (719) 333-8264, fax (719) 333-4404, or e-mail: henry.rush@usafa.af.mil, or Ms. Patricia L. Hales, Contracting Officer, telephone number (719) 333-2869, for information or questions regarding this solicitation.
 
Place of Performance
Address: United States Air Force Academy, Colorado Springs, Colorado
Zip Code: 80840-2315
Country: United States
 
Record
SN00162481-W 20020912/020910213624 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.