Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2006 FBO #1504
SOLICITATION NOTICE

F -- Utah - Aerial Seeding

Notice Date
1/6/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-UT UTAH STATE OFFICE* 440 WEST 200 SOUTH, SUITE 500 PO BOX 45155 SALT LAKE CITY UT 84101
 
ZIP Code
84101
 
Solicitation Number
JSQ064028
 
Response Due
1/20/2006
 
Archive Date
1/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement for Aerial seeding approximately 80,100 acres in Washington County, Utah. 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. The Solicitation Number for this notice is RFQ JSQ034089. The solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08, dated January 5, 2006. 1.01 SUMMARY: A. Description of Work: Seed burned areas totaling 80,100 acres using Contractor furnished property. Site locations are shown on Project Maps. CONTACT SUSAN COWIN, CONTRACTING OFFICER FOR MAPS AND PHOTOS. Work on these projects shall comply with all Federal, State and local regulations. Contractor will aerial seed 80,100 acres of BLM administered public lands in western Washington County. 6,076 acres will be treated with 2.4 lbs per acre of forage kochia while the remaining 74,024 acres will receive 1.045 lbs per acre. BLM will provide seed which will be transported one time to contractor desired location. Contractor will be responsible to make arrangements for a landing strip possibly using the St. George Airport and /or the DI landing strip. The landing strip is a primitive non-improved pad and would need to be inspected by the contractor before using. Contractor will be provided GPS coordinates defining the project areas. Project perimeters will not be flagged. Contactor will be allowed 21 days from the start work date to complete the project. B. Location: Work under this Contract is located in Washington County, Utah. The work locations are shown on individual Project and General Location Maps. C. Environmental Considerations: Public or private access roads damaged by the Contractor shall be restored at the Contractors expense to the same condition they were in at the commencement of work. D. Work Limits: Only areas as shown on the Project Maps will be seeded. Elevation range and acreage for individual treatment area are defined as follows and as shown on project location maps. Treatment Areas Elevation Range Acreage Smith Mesa 5,400 - 5,605 188 Blue Springs 4,700 - 5500 2,783 Sunrise 3,600 - 5,500 14,295 Duzak 3,800 - 4,500 11,557 Westside 3,700 - 7,700 47,364 Dammeron 5,000 - 6,700 3,350 Diamond 5,000 - 6,700 561 Total 80,100 The Government will provide to the Contractor an electronic file containing coordinate positions of treatment areas in an ARC/INFO GIS format. The government will also define verbally and/or with flagging perimeter boundaries of treated and excluded areas. 1.02 REFERENCES: A Referenced Specifications/Standards with Abbreviations and/or Acronyms: Wherever the following acronyms are used in these specifications or on the drawings, they are to be construed the same as the respective expressions represented. Copies of the referenced specifications/standards referred to herein may be procured by the Contractor from the following: EPA Regulation Number 1471-123 FS* Federal Specification/Standard Superintendent of Documents Government Printing Office Washington, DC 20402 *Federal Specifications and catalogs may be obtained at Business Service Centers of Regional Offices of the General Services Administration. (Washington, DC; Boston, MA; New York, NY; Philadelphia, PA; Atlanta, GA; Chicago, IL; Kansas City, MO; Fort Worth, TX; Denver, CO; San Francisco, CA; and Auburn, WA.) 1.03 DEFINITIONS: N/A 1.04 SUBMITTALS: N/A 1.05 QUALITY ASSURANCE: A. Codes and Standards: The work shall comply with codes and standards applicable to each type of work and as listed in the individual sections of these specifications. B Conflict: Where a conflict occurs between reference documents and project specifications, the project specifications shall govern. 1.06 PROJECT/SITE CONDITIONS: A. Access to the Work: Roads into the project sites are single lane, unimproved dirt surfaced roads. (See project location maps.) B. Environmental Considerations: 1. Clean-up: Project sites shall be cleaned up, and all refuse removed by the Contractor. The Contractor shall be responsible for disposal of materials in a manner consistent with State, Federal and local laws and for all expenses incurred with disposal. 2. Surface Disturbance: The Contractor shall drive vehicles only on existing roads. 1.07 SEQUENCING AND SCHEDULING: A. Work Schedule: The COR will specify the sequence of projects to be seeded. The work schedules shall be submitted at the pre-work conference. PART 2: PRODUCTS (There are no applicable requirements) PART 3: EXECUTION 3.01 PROJECT MEETINGS: A Pre-Work Conference: 1. Notification: A pre-work conference will be held prior to the start of work. The Contractor will be notified in advance of meeting time, date and place. The purpose will be to review required work, project drawings and specifications, construction schedules, payroll and payments, sequence of projects to be seeded and administrative provisions of the Contract. 2. Attendance: The Contractor, subcontractors and the persons responsible for coordination of the work shall be present at the meeting. 3. Presentation: The Contractor shall be prepared to summarize and explain procedures planned for each project. B. Progress Meetings: 1. Location: Meetings shall be held at the project site, or as determined by the Contracting Officer. 2. Notification: Meetings may be called by either the Contracting Officer or the Contractor. Request shall state who should attend. C. Final Inspection: 1. Location: Meeting shall be held at the project sites, or as determined by the Contracting Officer. 2. Notification: The Contractor shall notify the Contracting Officer in writing at least 3 working days before the completing date so the Government can schedule final inspection. 3. Deficiencies: The Contractor shall correct deficiencies and the seeding projects will be re-inspected by the Contracting Officer. 3.02 PREPARATION: A. Work Layout Requirements: The Government will provide to the Contractor an electronic file containing coordinate positions of treatment areas in an ARC/INFO GIS format. The government will also define verbally and/or with flagging perimeter boundaries of treated and excluded areas. The Contractor shall immediately upon entering the project sites begin work, locate control points, section corners, and take such action to prevent their destruction. PART 4: MEASUREMENT AND PAYMENT 4.01 METHOD OF MEASUREMENT: A. Units: The work described in this section will not be measured for payment. 4.02 BASIS OF PAYMENT: A Payment: No direct payment for the work described under this section will be made. The Contractor shall include consideration for this item in the bid price for other items of the Contract. 1.01 SUMMARY: A. Description of Work: Apply government furnished seed to the burn areas totaling 80,100 acres burned by wildfire using contractor furnished property, as shown on Project Maps. B. Environmental Conditions: 1. Spills: In the event of an accidental spill EPA, BLM Handbook Section 9811, State, and manufacture instructions shall be followed. 2. Access roads damaged by the Contractor shall be restored, at the Contractor's expense to the same condition they were in at the commencement of work. 1.02 DEFINITIONS: NA 1.03 Contractor Furnished Material: A. Aircraft: 1. General: Contractor shall furnish aircraft to apply Government furnished seed to the designated areas in the time specified. 2. Type: Aircraft used shall be unrestricted. 3. Seed Hoppers: Aircraft shall be equipped with hoppers for carrying seed with a distribution mechanism complete with release, shutoff, and spreading device which can be calibrated for sewing seed at the prescribed rate and uniform pattern. B. Facilities: The Contractor shall obtain any and all required facilities. The Contractor shall assume full responsibility and liability for facilities used. C. Applicator: Contractor shall furnish an experienced applicator in applying seed in rough terrain and shall meet any and all certification requirements for this type of work. D. Applicator Crew: Contractor shall furnish necessary support personnel and qualified mechanics for maintenance of equipment and shall furnish all parts, fuels, and lubricants required. All expenses relating to maintenance and operation of equipment shall be included in the unit price bid per acre for seeding. E. Special Requirements: 1. Communication: Applicator shall be able to communicate with BLM personnel with equipment capable of receiving and transmitting on BLM radio FM frequencies or provide BLM personnel with radios capable of communicating with applicator and applicator's crew at any time during seeding operations. 2. The Contractor shall provide a Trimble, ARC/INFO or ARCVIEW electronic file in UTM projection North America Datum 1983 of treatment coverage upon completion of each treated area or as required by the Contracting Officer. A government representative shall monitor the Contractors GPS to assure Contractors compliance with contract specifications. 1.04 GOVERNMENT-FURNISHED PROPERTY A. Delivery, Storage, and Handling: 1. Location: Government-furnished seed shall be provided by the Bureau of Land Management at one location per treatment area as agreed by the Contractor and CO at the Prework Conference. Any additional requirement to move seed shall be at the Contractor's expense. 2. Loading/Off Loading/Transporting Property: The Contractor shall be responsible for providing the necessary material-handling equipment and personnel to load/off load materials. B. Equipment to be Furnished by the Government: None 1.05 Specific Tasks A. Tests For Rate Of Application: Rate of seed application shall be determined from tests made prior to the commencement of seeding operations to establish setting of the distribution mechanism and uniformity. B. Application Conditions: Application of seed shall not be done when the wind is not at a constant velocity or exceeds fifteen (15) mph, when precipitation is occurring or is imminent, and when fog significantly reduces visibility. C. Seed Swaths: Contractor shall insure straight and regular swaths during seeding. Irregular swaths shall result in immediate stoppage of work. Corrective action shall be taken immediately by the Contractor to insure evenly spaced, straight and regular swaths and complete coverage of areas included in the seeding job. D. Coverage: The entire surface within the designated boundaries of the project areas shall receive uniform coverage with seed except for areas excluded by the Government. Seed distribution shall not vary more than 10% above or below the average distribution of seed per acre. Areas identified to be excluded from seeding operation within the designated boundaries, will not be included in the acreage computed for payment. E. Protection of Seed: The Contractor shall be responsible to protect seed from loss or damage. The Contractor shall have possession of the seed upon its delivery to the designated location(s) through termination or completion of the contract. Seed damaged or lost while in the custody of the Contractor, shall be replaced by the Contractor at no additional expense to the Government. The unused seed shall be returned to the location designated in paragraph 1.04 - Government-Furnished Property, upon completion of work or termination of the Contract. Empty seed bags shall be saved and returned to the Government by the Contractor. F. Seed Mix: Smith Mesa B0H3 PARTICLES PARTICLES Species lb/ac Pounds PER LB. THIS MIX SEEDS/SQ.FT. 188 Acres Forage kochia .642 121 407,700 244,620 6 Hycrest .068 13 175,000 11,900 0.27 Siberian Wheatgrass .2 38 170,000 34,000 .78 Pubescent Wheatgrass .135 25 170,000 .53 TOTAL 1.045 197 7.58 Blue Springs BV8Z PARTICLES PARTICLES Species lb/ac Pounds PER LB. THIS MIX SEEDS/SQ.FT. 2783 Acres Forage kochia .642 1,786 407,700 244,620 6 Hycrest .068 189 175,000 11,900 .27 Siberian Wheatgrass .2 557 170,000 34,000 .78 Pubescent Wheatgrass .135 376 170,000 22,950 .53 TOTAL 1.045 2,908 7.58 17220-3 Sunrise B1BB PARTICLES PARTICLES Species lb/ac Pounds PER LB. THIS MIX SEEDS/SQ.FT. 14,295 Acres Forage kochia .642 9,177 407,700 244,620 6 Hycrest .068 972 175,000 11,900 .27 Siberian Wheatgrass .2 2,859 170,000 34,000 .78 Pubescent Wheatgrass .135 1,930 170,000 22,950 .53 TOTAL 1.045 14,938 7.58 Duzak BVX1 PARTICLES PARTICLES Species lb/ac Pounds PER LB. THIS MIX SEEDS/SQ.FT. 8330 Acres Forage kochia .642 5348 407,700 244,620 6 Hycrest .068 566 175,000 11,900 .27 Siberian Wheatgrass .2 1666 170,000 34,000 .78 Pubescent Wheatgrass .135 1123 170,000 22,950 .53 TOTAL 1.045 8703 7.58 Duzak BVX1 PARTICLES PARTICLES Species lb/ac Pounds PER LB. THIS MIX SEEDS/SQ.FT. 3227 Acres Forage kochia 2.4 7,744 407,700 244,620 22 Total 2.4 7,744 22 Westside BV35 PARTICLES PARTICLES Species lb/ac Pounds PER LB. THIS MIX SEEDS/SQ.FT. 44,515 Acres Forage kochia .642 28,578 407,700 244,620 6 Hycrest .068 3027 175,000 11,900 .27 Siberian Wheatgrass .2 8903 170,000 34,000 .78 Pubescent Wheatgrass .135 6010 170,000 22,950 .53 Total 1.045 46,518 7.58 Westside BV35 PARTICLES PARTICLES Species lb/ac Pounds PER LB. THIS MIX SEEDS/SQ.FT. 2849 Acres Forage kochia 2.4 6837 407,700 244,620 22 Total 2.4 6,837 22 Dammeron B0J4 PARTICLES PARTICLES Species lb/ac Pounds PER LB. THIS MIX SEEDS/SQ.FT. 3350 Acres Forage kochia .642 2150 407,700 244,620 6 Hycrest .068 228 175,000 11,900 .27 Siberian Wheatgrass .2 670 170,000 34,000 .78 Pubescent Wheatgrass .135 452 170,000 22,950 .53 Total 1.045 3,500 7.58 Diamond BW65 PARTICLES PARTICLES Species lb/ac Pounds PER LB. THIS MIX SEEDS/SQ.FT. 561 Acres Forage kochia .642 360 407,700 244,620 6 Hycrest .068 38 175,000 11,900 .27 Siberian Wheatgrass .2 112 170,000 34,000 .78 Pubescent Wheatgrass .135 76 170,000 22,950 .53 Total 1.045 586 7.58 1.0 INSPECTION: The Contracting Officer will make periodic inspections as a basis for payments and recommendations for adjustments in work quality. The Contractor is encouraged to observe inspections while they are being made and have a supervisor on site to confer with the Contracting Officer. 2.0 ACCEPTANCE: Work performed according to the specifications and Part III will be considered acceptable for payment purposes. 3.0 MEASUREMENT OF PAYMENT: 3.1 Units: Seeding will be measured and paid for by the number of acres seeded to the nearest whole acre.. 3.2 Measurement: The determination of the acreage of completed work will be made from topographic maps and calculated GPS data. Area measurements required under this Contract will be measured on a horizontal plane. 3.3 Remeasurement: Remeasurement of the acreage under this Contract will be made upon the written request of the Contractor. The request for Remeasurement must be made in writing within 10 calendar days after completion of the work. If Remeasurement indicates a difference of not more than 5 percent from the original measurement, the Contractor shall pay the actual cost of the Remeasurement. Payments will be based on the second measurement where the difference between measurements is more than 5 percent. Where the difference is less than 5 percent, the results of the first measurement will be used. 4.0 BASIS OF PAYMENT: 4.1 Payment: Prices and payment will be full compensation for the work described in this section. Payment will be made under: Pay Item Pay Unit 17232(1) Aerial Seeding Smith Mesa 188 acres Acre 17232(1) Aerial Seeding Dammeron 3,350 acres Acre 17232(1) Aerial Seeding Diamond 561 acres Acre 17232(1) Aerial Seeding Blue Springs 2,783 acres Acre 17231(1) Aerial Seeding Sunrise 14,295 acres Acre 17231(1) Aerial Seeding Duzak 11,557 acres Acre 17231(1) Aerial Seeding Westside 47,364 acres Acre The following FAR clauses are applicable under this solicitation/synopsis: 52.212-1, Instructions to Offerors; 52.212-2, Evaluation of Offers. 52.212-3, Offeror Representations and Certifications - Commercials Items (Offeror to provide complete copy with offer); 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items; 9.1452.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Department of the Interior (Deviation); 52.204-06, Data Universal Numbering System (DUNS) Number; 52.228-5, Insurance - Work on a Government Installation; 52.246-20, Warranty of Services; 52.233-02, Service of Protest; 9.1452.233-2, Service of Protest - Department of the Interior (JUL 1996) (Deviation); 9.1510.283, Contracting Officer's Representative; 9.552.232-73, Electronic Funds Transfer Payment; 52.237-01, Site Visit; 52.219-06, Notice of Small Business Set-aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-221, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-1, Buy American Act - Supplies; 52.232-29, Terms for Financing of Purchases of Commercial Items; 52. 232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment; 52.222-44, Fair Labor Standards Act and Service Contract - Price Adjustment. The North American Industry Classification System number for this solicitation is 115112. Offers are due no later than January 20, 2006. This system is 100% set-aside for small business. See Numbered Note 1.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1039015)
 
Record
SN00962512-W 20060108/060106212340 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.