Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

F -- Pre-Management Inventory of Timber Stands at Camp Crowder Training Site, Neosho, Missouri

Notice Date
7/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS06R0002
 
Response Due
8/6/2006
 
Archive Date
10/5/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement is prepared in accordance with FAC 05-11 as a small business set-aside under NAICS Code 541370. The statement of work to be performed is as follows: The Missouri National Guard does not have a comprehensive inventory of the timber stands on Camp Crowder Training Site CCTS), Neosho, MO. This Scope of Work (SOW) is to set froth guidelines for a contractor to furnish the Missouri National Guard with a Pre-management Inventory (Timber Cruise). The contractor will conduct this Pre-Man agement Inventory on the timber stands on both South Post and North Post of CCTS. The regulatory guidance for this project is Army Regulation 200-3 of 1995 and the Sikes Act Improvement Act of 1997. PROPOSED PROJECT The contractor will provide all necessa ry equipment, labor, and materials to perform this project. The project is located on the Missouri National Guards Camp Crowder Training Site, located 4 miles southeast of Neosho, Missouri. ACCESS The contractor may use all roads, combat trails, and logg ing paths to access the timber stands on both South and North Post. However, the contractor will restrict the use of logging paths and primitive combat trails to the use of All Terrain Vehicles (ATV). The contractor will take care not to cause any damage to either the trees or the ground surface. The contractor will repair and reseed any ruts or other ground disturbance caused by his use. Refer to the seeding chart enclosed in this SOW. Normal access to the training site is from 0700 to 1700 Monday thru Friday. If the contractor wishes to extend those hours, he should make arrangements with post headquarters and post security for an access key. Missouri National Guard training and operations take precedent over contractor activities. The contractor sho uld consult weekly schedules with the CCTS headquarters. This is to alleviate any confusion as to the movement of troops and training operations. The contractor will submit weekly progress reports to the Project Manager via phone or email. This is to mo nitor the project for efficiency and time of completion. The MOARNG has provided maps with marked locations at the end of this document. The Project Manager will furnish any additional maps and assist the contractor in determining the exact locations of t he project areas. INVENTORY REQUIREMENTS a.The contractor will divide the forest compartments (inventory areas) into separate stands. b.For stand boundaries, the contractor should use drainages, ridges, aspect, roads, trails, and property lines. c.For each stand the contrac tor will use the following chart: Stand Size Minimum Number of Plots less than 10 acres 3 10  20 acres 5 20 + acres 5 + 1 plot for every additional 10 acres Consider additional plots if the stand conditions are highly variable. d. For each plot the contractor will use a ten (10) factor basal area prism, or equivalent equipment, to identify the countable trees on the variable radius plot. Record only the in t rees in the inventory plot data. e. For each tree, record the tree species code, diameter measured at breast height (DBH) in two inch increments, the number of eight foot logs to a merchantable height, dominant, co-dominant, or suppressed, and tree condit ion. f. Mark plots with a strip of survey flagging tape hanging from a limb located at approximately eye level near center of the plot. Remove tape at the end of the project. g. Record natural features including, but not limited to; glades, bluffs, fens , wetlands, springs, and sinkholes. h. Provide field notes of the contractors professional opinion about the stand and recommended forest management. i. The contractor will furnish the Missouri National Guard all data in an electronic format that the Nati onal Guard can enter into a statewide and national database. j. The contractor will choose the location of the plots on a random basis and then record the location of each plot using a Global Positioning System (GPS), accuracy within 10 meters. Coordinate system UTM WGS 1984 Zone 15N. All GPS files differentially corrected. CONTRACTOR QUALIFICATION It is the responsibility of the contractor and his employees to understand the forest inventory process. The contractor must have successfully completed at least a four-year curriculum in forestry or have five (5) years experience in forest management. The contractor must be able to provide proof of either education or experience. CONTRACTOR LIABILITY The contractor shall be solely responsible for any injury or damage as a result of his negligence involving any equipment or service provided under the terms and conditions, requirements and specifications of this SOW. CONTRACTOR STATUS It is understood that the contractor is an independent contractor and neither he nor his employees shall represent themselves as employees or agents of the Missouri National Guard. The contractor will assume all legal and financial respo nsibility for taxes, FICA, employee fringe benefits, workers compensation, employee insurance, minimum wage requirements, and overtime. The contractor agrees to indemnify, save, and hold the Missouri National Guard harmless from and against any and all lo ss, cost and damage of any kind related to such matters. ACCOUNTING INFORMATION The contractor will invoice the Missouri National Guard at the completion of this project. Send all invoices, receipts, and any other pertinent documents to the Accounting Poi nt of Contact. When the project is completed to the satisfaction of the Project Manager, the Missouri National Guard will pay the contractor in full. The invoice and all correspondence must include the Missouri National Guard Project Number. COMPLETION O F CONTRACT The contractor will complete this project within six (6) calendar months of receiving the award. Contracts may obtain a complete copy of the Request for Proposal as well as available maps of Camp Crowder and the Seeding Specification Sheet by e- mailing a request to mary.lea@us.army.mil. Clauses and Provisions incoporated by Reference are as follow: 52.212-1 Instructions to Offerors, 52.228-5 Insurance - Work on a Government Installation, 52.2360-9 Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements, 52.237-1 Site Visit, 252.204 AltA Central Contractor Registration (52.204-7) Alternate A, Clauses and Provisions incorporated by full Text: 52.212-3 Offeror Representations and Certifications, 52.212-4 Contract Terms and Conditions, 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders (a),(b)(5);(14) - (17) ;(31) or(33);(c)(1);(2),(d),(e). 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses incorporated by R eferences, 252.225-7001 Buy American Act and Balance of Payment Program. 52.212-2 Evaluation-Commercial Items. The Government shall award a contract to the offeror whose proposal reflects the contractor is 1. Capable of technically posessing the skills t o meet the requirements outlined in the Statement of Work. The contractor shall provide the proof of Contractor Qualifications identified in the Statement of Work with their proposal. 2. Past Performance. A minimum of 3 references shall be provided that will be contacted. The reference information shall include agency/company name, a Point of Contact and telephone number. The reference should be someone that have knowledge of the vendor's skills of similar type work. 3 Competitive price proposal. The technical capability and past performance of the contractor are significantly more important than pricing in determining the best value for source selection. SITE VISIT is scheduled for 9 August 2006, 11:00 am Central Time, Contractor's are encouraged to attend, please notify the contracting officer at mary.lea@us.army.mil of your attendance.
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN01089548-W 20060716/060714221320 (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.