Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOLICITATION NOTICE

F -- Utah - Westside Chaining

Notice Date
1/18/2006
 
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
JSQ064034
 
Response Due
2/2/2006
 
Archive Date
1/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement for Chaining 4,054 acres. 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 JSQ064034. The solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08, dated January 5, 2006. A show me tour will be held on February 26, 2006, at 8:00 am, meeting at the Bureau of Land Management St. George Field Office, 345 East Riverside Drive, St. George UT 84790. Participants will need a 4 X 4 vehicle and bring their lunch and water. DIVISION I SECTION 01009 GENERAL REQUIREMENTS GENERAL INFORMATION AND REQUIREMENTS PART I: GENERAL 1.01 SUMMARY: A. Description of Work: Cover seed on 4,054 acres by pulling a large smooth anchor chain between two tractors. The treatment site has sagebrush, pinyon and juniper trees with gentle to moderate slopes, drainage crossings and rock outcrop. The site location is shown on the Project Map. B. Location: Work under this Contract is located in Washington County, Utah. The work location is shown on the Project Map. 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 1. Only areas as shown on the Project Map shall be treated. Areas within the burn in excess of 25 percent slope or large rock outcrop shall not be chained. Elevations range from 3,530 to 4,200 feet as shown on the project location map. The Government will define verbally and/or with flagging areas to be treated and excluded from chaining operations. 2. Chaining operations will be permitted only during daylight hours when the ground is not frozen or excessively wet. 3. Chaining operations may be permitted on weekends or holidays as mutually agreed between the COR and Contractor and authorized by the CO 4. Special Requirements: At no time shall the Contractor cross or encroach onto the Kern River right-of-way without the PI first notifying Kern River and WilTel Communications of their intent to cross or encroach. Kern River and WilTel representatives must be present at the time of the encroachment or crossing or have previously given their consent. Kern River and WilTel shall be notified 24 hours in advance of the crossing or encroachment. 1.02 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. 1.03 PROJECT/SITE CONDITIONS: A. Access to the Work: Roads into the project area are single lane, unimproved dirt surface roads. See project location map. B. Environmental Considerations: 1. Clean-up: The project site 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. 3. The Contractor shall, immediately upon entering the project site begin work, locate section corners, archeological sites, and take such action as necessary to prevent their destruction. 1.04 SEQUENCING AND SCHEDULING: A. Work Schedule: 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 shall 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, 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 and present the work schedule requested in these specifications. 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 chaining projects will be re-inspected by the Contracting Officer. 3.02 PREPARATION: A. Work Layout Requirements: The Government will set stakes with flags to give the Contractor measurements, lines and grades necessary for the work executed under the Contract. The Contractor shall immediately upon entering the project sites begin work, locate control points, section corners, archeological sites, 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. A. Description of Work: Cover seed on 4,054 acres by pulling a large smooth anchor chain between two tractors. The treatment site has sagebrush, pinyon and juniper trees with gentle to moderate slopes, drainage crossings and rock outcrop. The site location is shown on the Project Map. 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 Contractors expense to the same condition they were in at the commencement of work. See project location map. C. Equipment Operators: Contractor shall furnish operators experienced in applying chaining on steep, rough terrain. 1.02 DEFINITIONS: NA 1.03 Contractor furnished Material: A. Tractors: The contractor shall furnish two crawler type tractors with sufficient FWHP horsepower and skilled operators to pull a heavy smooth chain (21,580 lbs). Crawler tractors shall be in good working condition equipped with a State approved rollover structure, and a minimum of one and one-half inch high grousers. One dozer shall be equipped with a dozer blade. B. Spark Arresters: None 1.04 GOVERNMENT - FURNISHED PROPERTY A. Delivery, Storage, and Handling: 1. Location: The Government-furnished chain and spare parts will be provided by the Bureau of Land Management at the BLM - Forest Service yard, 820 North Main Street, Cedar City, Utah. 2. Time: Property will be available Monday through Friday, except holidays, 8:30 a.m. to 4:00 p.m., Phone (435) 865 3029, Brent Spackman 3. Return of Government Property: The Contractor shall return the chain to BLM - Forest Service yard, 820 North Main Street, Cedar City, Utah unless otherwise directed by the COR. 4. Loading/Off Loading/Transporting Property: The Contractor shall be responsible for providing the necessary material handling equipment to load and off-load materials. The Contractor shall load and transport materials and equipment to and between work sites. B. Equipment Furnished by the Government: 1. Chain: Description Quantity Unit 17201 Smooth Anchor Chain 300 feet 62 lbs per link 18,600 lbs. Pigtails 90 feet 33 lbs per link 2,980 lbs Totals 390 feet 21,580 lbs 2. Connection Device rigidly attached to each unit. 3. Repair Parts: As determined by Government and Contractor. 4. Dribblers: 2 - one to be attached to each crawler tractor by the Contractor. C. Transportation of Equipment: The Contractor shall load and transport chain and repair parts from the BLM yard to and between worksite. Upon completion of the work or termination of contract, the Contractor shall return Government furnished chain, dribblers and repair parts to 820 North Main, Cedar City, Utah unless otherwise directed by the COR. D. Repairs to Equipment and Chain: The Contractor shall have on hand all necessary equipment and tools to maintain and/or repair the chain using Government furnished repair parts at no additional cost to the Government. Parts replaced by the Contractor shall be kept for inspection by the Contracting Officer. 1.05 Specific Tasks A. Surface Conditions: Chaining shall not be done in snow, when the ground is frozen, or when soil moisture becomes excessive as determined by the PI. When such conditions are encountered, the Contractor shall stop work and notify the Contracting Officer. B. Protection: The Contractor is required to protect section corners, bench marks, other markers and stakes from damage or removal. In case of destruction or removal by the Contractor, they will be replaced by the Government and the actual cost for replacement will be deducted from payments due the Contractor. C. Chaining Operations: 1. General: Chaining shall be performed as marked by the Government. The two tractors shall operate as a unit with one on each end of the chain. The tractors shall generally be operated parallel to each other, although there may be occasions when a "see saw" type operation will be necessary. When working on the contour, the tractors shall stay close enough together to maintain the chain configuration specified. The chain shall not be permitted to straighten out between the pulling units. Chain shall not be pulled at a speed in excess of 4 mph. 2. Specific Requirements: a. Type of brush or trees to be chained: Sagebrush, pinyon and juniper. b. Type of chaining: Single one-way. c. Chain Configuration: J and U. d. Swath width: 150 feet. e. The 62-pound link portion of the chain between pigtails shall overlap on all swaths to ensure the surface is covered. f. Contractor may cut existing fences where necessary to accomplish chaining. g. Areas in excess of 25 per cent slope or large rock outcrops shall not be chained. h. Seed Dribblers: Contractor shall fill the dribblers and notify the PI when he is out of seed. 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. ACCEPTANCE: Work performed according to the specifications and Part III will be considered acceptable for payment purposes. MEASUREMENT OF PAYMENT: Units: Chaining will be measured and paid for by the number of acres chained to the nearest whole acre. Measurement: The determination of the acreage of completed work will be made from calculated GPS data. Area measurements required under this Contract will be measured on a horizontal plane. 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. BASIS OF PAYMENT: Payment: Prices and payment will be full compensation for the work described in this section. Payment will be made under: Pay Item Description Pay Unit 17201(1) Chaining to cover seed 4,054 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 February 2, 2006. This solicitation 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=1042805)
 
Record
SN00968311-W 20060120/060118212514 (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  © 1994-2020, Loren Data Corp.