Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
SOLICITATION NOTICE

F -- Utah - Washington County Aerial Seeding

Notice Date
9/27/2006
 
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
JSQ074009
 
Response Due
10/11/2006
 
Archive Date
9/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement for a Contractor to perform Aerial Seeding of approximately 39,759 acres in the Cedar City Field Office area. 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 JSQ074009. STATEMENT OF WORK: PART 1: GENERAL 1.01 SUMMARY: A. Description of Work: Seed 39,759 acres that have burned using Contractor furnished property. Site locations are shown on Project Maps. Work on these projects shall comply with all Federal, State and local regulations. B. Location: Work under this Contract is located in Washington County, Utah. The work locations are shown on individual Project 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 Maps. Treatment Area Elevation Range Acreage Bull 3,720 - 6,000 29,532 Jarvis 3,970 - 6,680 6,189 Ranch 3,970 - 6,680 4,038 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.) B. Referenced Codes with Abbreviations and/or Acronyms: Wherever the following acronyms are used in these specifications or on the drawings, they are to construe the same as the respective expressions represented. 1.03 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. 1.04 PROJECT/SITE CONDITIONS: A. Access to the Work: Roads into project sites are single lane, unimproved dirt surfaced roads. (See project 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. 1.05 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 2.01 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, 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: 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. 2.02 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 3.01 METHOD OF MEASUREMENT: A. Units: The work described in this section will not be measured for payment. 3.02 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. B. Description of Work: Apply government furnished seed to 44,808 acres burned by wildfire using contractor furnished property. As shown on Project Maps. C. 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. 1.01 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 (fixed or rotary wing). 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 in a 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. 1.02 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 geographical 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 1.03 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 disposed by the Contractor. F. Seed Mix: Bull CS28 29,532 Acres Ranch CY4P 4,038 Acres Species lb/ac Pounds Species lb/ac Pounds Hycrest Crested Wheatgrass 2.12 62550 Hycrest Crested Wheatgrass 1.00 4050 Pubescent Wheatgrass 0.27 8100 Schwendimar Thickspike Wheatgrass 1.00 4,050 Sideoats Grama 0.43 12810 Luna Pubescent Wheatgrass 0.22 900 Smooth Brome 1.00 29550 Siberian Wheatgrass 1.72 6950 Anatone BB Wheatgrass 0.22 6500 Sand Dropseed 0.16 650 Western Wheatgrass, Arriba 0.07 2000 Sideoats Grama 1.83 7380 Indian Ricegrass, Nazpar 0.10 3000 Needle and Thread 0.25 1000 Alfalfa 0.69 20300 Ladak Alfalfa 0.43 1750 Small Burnett 0.95 28000 Delar Small Burnett 0.95 3850 Yellow Sweetclover 0.42 12500 Yellow Sweetclover 0.42 1700 Palmer Penstemon 0.08 2250 Palmer Penstemon 0.10 400 Total 6.35 187560 Total 8.09 32680 Jarvis CR1R 6,189 Acres Species lb/ac Pounds Crested Wheatgrass 1.36 8400 Pubescent Wheatgrass 0.21 1300 Siberian Wheatgrass 1.37 8500 Smooth Brome 1.14 7050 Sideoats Grama 1.63 10060 Russian Wildrye 0.19 1150 Thickspike Wheatgrass 0.01 50 Intermediate Wheatgrass 0.07 450 Indian Ricegrass 0.11 650 Galleta Grass 0.03 180 Agropyron 0.02 100 Western Wheatgrass 0.01 50 Siberian Wheatgrass 0.01 50 Lewis Flax 0.07 450 Small Burnett 1.01 6250 Alfalfa 0.48 3000 Palmer Penstemon 0.10 600 Yellow Sweetclover 0.43 2650 Fourwing Saltbush 0.12 750 Winterfat 0.02 100 Total 8.37 51790 1.04 MEASUREMENT AND PAYMENT 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. 17220 - 3 2.0 BASIS OF PAYMENT: 2.1 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 Bull 29,532 17232(1) Aerial Seeding Jarvis 6,189 17232(1) Aerial Seeding Ranch 4,038 The solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12, dated August 4, 2006. The following FAR clauses are applicable under this solicitation/synopsis: 52.252-2, Clauses Incorporated by Reference (http://www.arnet.gov/far), 52.212-1, Instructions to Offerors; 52.212-2, Evaluation of Offers. 1. Technical Capability: Contractor to be regularly established in the business called for in this solicitation. A. Provide type of aircraft proposes for use on this contract. B. Provide name and qualifications of pilot and ground crew to perform work on this contract. 2. Past Performance: The Government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis. A. Provide name, address, telephone number and point of contact of at least 3 references for whom you have provided similar service. A. Provide name, address, telephone number and point of contact of at least 3 references for whom you have provided similar service. 3 Price. Technical and Past Performance, when combined are of significantly greater importance when compared to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise, furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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; 52.216 -27, Single or Multiple Awards; 52.217-5, Evaluation of Options; 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.242-15, Stop-Work Order; 52.242-17, Government Delay of Work; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 1452.228-70, Liability Insurance - Department of the Interior;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, size $6.5M. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at http://ideasec.nbc.gov. Additionally, offerors are required to obtain a Dun and Bradstreet (DUNS) Number (www.dnb.com) and register at www.ccr.gov (Central Contractor Registration) to be eligible for award of a Federal contract. This service is provided for convenience only and does not serve as a guaranteed notification. Subscribers to this service are ultimately responsible for reviewing this site for all information relevant to this solicitation. Prospective offerors will be required to visit this website periodically to check for amendments and other changes to contract documents. No other notification will be sent. 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=1184303)
 
Record
SN01156080-W 20060929/060927221009 (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.