Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2003 FBO #0527
MODIFICATION

99 -- Mechanical clearing of woods

Notice Date
5/8/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 305 Blue Jay St, Bldg 1033, Shaw AFB, SC, 29152-5004
 
ZIP Code
29152-5004
 
Solicitation Number
Reference-Number-boudFQ480330580100
 
Response Due
5/28/2003
 
Archive Date
6/12/2003
 
Point of Contact
Jason Boudreaux, Contract Specialist, Phone 803-895-6836, Fax 803-895-6020,
 
E-Mail Address
jason.boudreaux@shaw.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a request for quotation (RFQ), F38601-03-Q-S065. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-12. The North American Industry Classification System (NAICS) code is 115310. Only faxed or e-mailed quotations will be accepted, and request must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification ? Commercial Items, name, address, cage code, DUNS number, and telephone number with its offer. In addition, the following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial; FAR 52.212-2, Evaluation ? Commercial Items, (Price and delivery [FOB destination is desired], in order of importance); FAR 52.212-4, Contract Terms and Conditions Required to Implement Status of Executive Orders ? Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement. All contractors must be registered with the Central Contractor Registration to be eligible for award. This procurement is for a service, non-personal described as mechanically clearing of 211.8 acres of woods at Poinsett Range, Shaw AFB, SC. All offers are due no later than May 28, 2003 at 4:00 p.m. EDT. A site visit is tentatively scheduled for Friday, May 16,2003 for interested vendors. This is the only site visit that will be held. Complete Representations and Certifications are required with submission of pricing. Quotations may be submitted via e-mail to Jason.boudreaux@shaw.af.mil or faxed to 803-895-6020. NOTE: For payment purposes, offerors must be registered in the Central Contract Registry prior to receiving any award. Please see web site http://www.ccr.dlsc.dla.mil/ for information on how to register or call 1-888-227-2423. PERFORMANCE WORK STATEMENT SHAW AIR FORCE BASE SPECIFICATIONS FOR MECHANICAL HARDWOOD MIDSTORY REMOVAL I. GENERAL SPECIFICATIONS 1. Scope of Contract. This work is being solicited to improve habitat for the Red-cockaded Woodpecker (Picoides borealis, herein referred to as RCW), a species Federally listed as endangered. This work consists of the mechanical removal of hardwood midstory vegetation on 211.8 acres at the Poinsett Electronic Combat Range, South Carolina, and will occur in sites presently occupied by RCWs (active clusters), sites presently unoccupied by RCWs (inactive clusters) and forested areas used by the RCW as foraging habitat. Contractor shall furnish all labor, materials, equipment (including safety equipment), tools, transportation, supervision, and perform all work required to remove hardwood vegetation up to 6 inches in diameter at breast height using a heavy-duty brush cutter on selected sites in forested areas in accordance with the specifications and provisions of the contract. 2. Description and Location. The area to be treated is within the boundaries of the Poinsett Electronic Combat Range, Sumter County, South Carolina. The specific project area consists of four sites of mature longleaf pine (Pinus palustris) forest with a pine basal area of <40 ft2 per acre and a dominant midstory of turkey oak (Quercus laevis). 3. Boundaries. The boundaries of the sites to be treated will be marked with orange flagging tape as depicted on a site map, which will be provided. Areas within boundaries to be excluded also will be marked with orange flagging tape. 4. Explosive Objects Encountered in Contact with Work Areas. A. Although the sites within the project area are not known to contain unexploded ammunition or explosive devices, any military items encountered shall not be disturbed in any manner and their presence shall immediately be brought to the attention of the Base Endangered Species Biologist. B. Any employee or other person working within Poinsett Electronic Combat Range shall have attended a pre-work conference with the Range Operations Officer and the Base Endangered Species Biologist. 5. Coordination. The contractor shall coordinate closely with the Base Endangered Species Biologist concerning items such as security, access to work sites, work schedules, etc. The contractor shall notify the Endangered Species Biologist on Thursday prior to each weekend when work is to be performed. This notification is required so that the Endangered Species Biologist can coordinate with Range Control to schedule the closure of work areas for the safety of the contractor. 6. Work Hours. Work is permitted between 1300 and 1900 hours on Fridays and between 0630 and 1900 hours on Saturdays and Sundays. Work also may be permitted between 0630and 1900 hours during the period of 22 through 26 September 2003, but this time period is subject to change or cancellation depending on the mission needs of the military. Work during other times may be possible with the approval of the Base Endangered Species Biologist. Personnel must have vacated the property no later than 1900 daily and must notify the Base Endangered Species Biologist to ensure all gates are closed and locked after the property is vacated. 7. Safety and Health. Contractor shall comply with all applicable requirements in OSHA regulations. 8. Environmental and Cultural Resources. A. Protection of RCW Clusters and RCW Cavity Trees. The contractor shall use every precaution necessary to protect RCW clusters and RCW cavity trees within the project area. RCW cluster boundaries are marked with yellow, diamond shaped signs with the following wording: ?Endangered Species Site, Red-cockaded Woodpecker.? Equipment and supplies shall not be stored within RCW clusters, and work within RCW clusters must proceed with minimal delay. RCW cavity trees are identified by two white bands painted on the bole approximately five feet above the ground. Damage to these trees by vehicle, brush cutter or any other means shall not be tolerated. The contractor shall be assessed $300.00 per skinned or damaged RCW cavity tree. B. Erosion Control. All equipment shall be operated in a manner causing the least possible disturbance to the soil. C. Protection of Streams, Lakes and Reservoirs. Contractor shall use every precaution necessary to prevent pollution of streams, lakes and reservoirs by fuels, oils, other chemicals, silt or other harmful materials. All streams will be kept free of contractor-generated debris. D. Protection of Archeological/Historical Resources. The contractor, upon the discovery of suspected archaeological or historical materials, shall cease work in the vicinity of such material and immediately notify the contracting officer. E. Protection of Soil. Contractor shall use every precaution necessary to prevent the contamination of soils by the spills of petroleum products (oils and fuels), ethylene glycol (coolant) and other chemicals and harmful materials. Contractor shall also be responsible for reporting all spills of the aforementioned materials immediately to the Contracting Officer or his/her representative. II. TECHNICAL SPECIFICATIONS Use of Heavy-duty Brush-cutting Machinery. The project area shall be treated with heavy-duty brush-cutting machinery that chips and spreads trees. A minimum of two machines operating simultaneously shall be used. Machines with low ground pressure (below 3 psi) are preferred to reduce soil disturbance. Every effort shall be made by the contractor to avoid damaging RCW cavity trees, other mature pines, and pine regeneration. Treated areas shall have hardwoods ?6 inches in diameter at breast height knocked to the ground and run over until the remaining hardwood stumps and debris are ≤9 inches in height above the ground. Treatments shall be made between 1 August and 26 October 2003. All equipment shall be removed from the property prior to 31 October 2003. III. INSPECTION AND ACCEPTANCE Inspection Procedures. Inspection by the Government of the work performed under this contract shall be made as the treatment progresses. The Base Endangered Species Biologist will periodically observe the operation to ensure that all of the technical specifications are followed. IV. MEASUREMENT AND PAYMENT 1. Measurement. The total size of the project area is 211.8 acres as determined using a Global Positioning System and is considered accurate. A one-time payment will be made to the contractor upon acceptable completion of the project as outlined by the contract. 2. Basis for Payment. Payment will be made at a rate up to but not to exceed unit bid price for the project as satisfactorily completed by the contractor. Disbursement shall be made to the contractor following the completion of the work. 3. Desired End Result. Treated sites shall have all oaks ?6 inches in diameter at breast height knocked to the ground and run over until the remaining hardwood stumps and debris are ≤9 inches in height above the ground, with the exception of those left to preserve pine regeneration, oaks that are not accessible to the machinery (due to close proximity to RCW cavity trees or risk of soil destruction), or marked with flagging to be excluded. No RCW cavity trees will be damaged. Damage to other mature pines will be minimal and areas of dense pine regeneration will remain standing. V. SCHEDULE All work shall be completed between 1 August and 26 October 2003. All equipment shall be removed from the property prior to 31 October 2003. Instructions for site visit: When:12:30 EDT Where: Meet at bldg. 1033 lobby 20th contracting squadron, Shaw afb. Bldg. 1033 is located off base on hwy. 441 across from the hospital gate entrance to Shaw afb. There is a large brown sign at the front of the road. We are the building in the rear. I look forward to doing business with all of you.
 
Place of Performance
Address: POINSETT WEAPONS RANGE, SHAW AFB,SC
Zip Code: 29152
Country: USA
 
Record
SN00320293-W 20030510/030508213327 (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.