Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2006 FBO #1803
SOLICITATION NOTICE

F -- Utah - Baboon 2 Chaining

Notice Date
11/1/2006
 
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
JSQ074019
 
Response Due
11/15/2006
 
Archive Date
11/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement for the Baboon 2l Chaining, approximately 1502 acres located 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 JSQ074020. A Site Visit is scheduled for November 8, 2006, at 9:00am meeting at the Cedar City Field Office, 176 East DL Sargent Drive, Cedar City Utah. It is suggested contractors have 4 x 4 vehicle, water and lunch. Please contact Susan Cowin, 801-539-4177 for maps. STATEMENT OF WORK: DESCRIPTIONS AND SPECIFICATIONS PART 1: GENERAL 1.01 SUMMARY: A. Description of Work: Cover seed on 1,502 acres by pulling a largely Ely anchor chain between two tractors. The treatment site was a wildfire which burned sagebrush, pinyon and juniper trees. Topography contains 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 Iron 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 6,513 to 7,177 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 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. 4.01 METHOD OF MEASUREMENT: A. Units: The work described in this section will not be measured for payment. PART 4: MEASUREMENT AND 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. PART 1: GENERAL 1.01 SUMMARY: A. Description of Work: Cover seed on 1,502 acres by pulling a largely Ely anchor chain between two tractors. The treatment site was a wildfire which burned sagebrush, pinyon and juniper trees. Topography contains 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 Ely chain (26,613 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 and repair parts 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 Unii Ely Anchor Chain 180 feet 62 lbs per link 13,268 lbs. Pigtails 90 feet 40.0 lbs per link 5,320 lbs 37.5 lbs/rail 8,025 lbs. Totals 270 feet 26,613 lbs. 2. Connection Device rigidly attached to each unit. 3. Chain Requirements - Swivels will be located on each end of the Ely chain with 40 feed of smooth chain attached between each unit and the swivels. If swivels have grease fittings, swivels shall be greased by the Contractor daily. 4. Repair Parts: As determined by Government and 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 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: No greater than 125 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. SECTION D - DELIVERIES OR PERFORMANCE 1. The Contractor may begin operations on or about November 15, 2006 and must be completed by December 11, 2006 unless changes are approved by the CO. The contractor shall continue performance of the work under the contract without delay or interruption except by causes beyond his control as defined in the General Provisions of the Contract., or by the receipt of a "Stop Work Order" issued by the Government. Failure to do so will be cause for action under the Default Clause of the Terms and Conditions of the Purchase Order. 2. In connection with the work to be performed under this contract, in the event of equipment breakdown, the Contractor further agrees that any repairs shall be accomplished within 5 calendar days from the date of such breakdown, or if such repairs cannot be completed within the 5 day period that he will replace the equipment with other suitable machinery and resume operations. If Contractor fails or refuses to resume operations within the stated period, he may be declared in default and his right to proceed may be terminated in accordance with the provisions of the Default Clause of the Terms and Conditions of the Purchase Order. 3. If, because of adverse weather, soil or other conditions caused thereby, the Contractor is unable to perform work in an efficient and orderly manner and removes his equipment from the project site for such cause, he shall return to the site within 5 calendar days from the date of receipt of written notice that such conditions no longer exist and shall thereupon resume operations. Failure to resume operations within this prescribed period of time will be cause for termination of the contract as provided in the Default Clause of the Terms and Conditions of the Purchase Order. SECTION E -- INSPECTION AND ACCEPTANCE E.1.0 52.252-02 CLAUSES INCORPORATED BY REFERENCE (APR 1984) This contract incorporates the following clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. ----http://www.arnet.gov/far/ I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.246.04 Inspection of Services - Fixed Price (Aug 1996) E.2.0 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. E.3.0 ACCEPTANCE: Work performed according to the specifications and Part III will be considered acceptable for payment purposes. E.4.0 MEASUREMENT OF PAYMENT: E.4.1 Units: Chaining will be measured and paid for by the number of acres chained to the nearest whole acre. E.4.2 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. E.4.3 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. E.5.0 BASIS OF PAYMENT: E.5.1 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 - Baboon 2 1,502 Acres Acre The solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13, dated September 28, 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. Provide information requested on types of tractors listed in Statement of Work and experience of operators. 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. 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, 52.246.04 Inspection of Services - Fixed Price: The North American Industry Classification System number for this solicitation is 115112, size $6.5M. Wage determination no: 94-2531 rev (29) applies. Offers are due no later than November 15, 2006. 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 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.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1195494)
 
Record
SN01174512-W 20061103/061101220749 (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.