Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

F -- Tree Removal Services

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and Facilities Management, Region 3 US Fish & Wildlife Service 1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
301817Q361
 
Response Due
9/18/2007
 
Archive Date
8/13/2008
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor shall take down all non-oak trees and brush as marked on attached map . Removal is to be accomplished only via mechanical means such as shearing or otherwise cutting the trees and then chipping them and/or moving them into designated on-site slash piles. For any tree with a DBH of 8 inches or less contractor may chip or shred instead of cutting and stacking. Resulting chips must be less than 2 inches in diameter and no longer than six inches and must be spread out so the litter depth is 4 inches or less. Any remaining debris that is larger than the dimensions listed above must be raked, mowed or otherwise placed in the slash piles for burning The slash piles must be tightly stacked at least 50 feet from the edge of the water in a manner to allow for efficient consumption by fire and cannot be stacked to heights greater than thirty feet (30') nor larger than one hundred feet (100') in length or width. Individual slash piles will not consist of less than ten (10) trees and must be at least 300 feet from the roads on the west and south parts of the unit. Slash must be tightly stacked to aid in burning piles. All remaining stumps must be cut or otherwise mechanically reduced to a height of less than six inches (6") and each stump greater than 4" in diameter must be promptly treated with Garlon or a similar generic formula in accordance with manufacturer recommendations. Absolutely no material should be left in the wetlands scattered throughout the cutting area. Period of Performance: Cutting work shall be performed between July 15 and March 15 and only when surface soils are dry or frozen. Once commenced, the work should proceed with due diligence. Work should not be performed during the firearms deer season. It is anticipated that this job will be completed by March 15, 2008 but the period of performance may be extended due to extenuating circumstances. The prescribed burn phase would be completed in the spring or fall following completion of the cutting and would be in compliance with an approved prescribed fire plan to be provided by the government. Background: The site has been divided into three areas. The first area contains approximately 8 acres of trees, the second has approximately 13 acres and the third has approximately 14 acres. Total approximate acreage for the three areas is 35 acres. Contractor is responsible for verifying acreages prior to submission of pricing. Contractor is not responsible for any trees scattered in the grassland areas that are less than 6" DBH. Contractor should not cut oak trees marked with paint scattered in the wooded area. Pricing shall be submitted for each of the three areas. Tree species present include elm, cottonwood, boxelder, willow, and other species mixed in as well. While there is little commercial value to these trees, contractor may harvest any of it for personal use or sale and the Government will lay no claim for title or reimbursement there from. Use of biomass is encouraged but not required under this contract. In general, this site is normally fairly dry however there are scattered wet spots located throughout the site. The majority of the trees are located either surrounding wetlands or along the edges of ditches and streams. There are both surface and partially buried rocks present so care should be taken with equipment to minimize damage. This is a simplified acquisition with an estimated value of less than $100,000. SOCIOECONOMIC PROGRAMS: This procurement shall be awarded as a Firm Fixed Priced Service Contract. For information purposes, the North American Industry Classification Code (NAICS) is 113110, Forrestry and Logging, with a size standard of $6.5 million. This Announcement is 100% Set-Aside for Small Business. The RFQ Solicitation Package will be available via electronic commerce at http://www.fedbizopps.gov on or about August 29, 2007. All Quotes along with any other requested information in accordance with the Solicitation Package shall be due NLT 4:00pm, September 18, 2007. A hard copy of the Solicitation package will be made available upon written request. A Hard copy of the RFQ Solicitation package will include the following: Important Notice to Quoters, Quote Schedule, Scope of Work, and Prevailing Wage Determination. Please ensure you have a complete downloaded Solicitation Package before submitting your Quote and other requested supporting documents. SITE VISIT: Offerors are urged and expected to inspect the site where the work will be performed. Site visits may be arranged during normal duty hours by contacting: Steve Delehanty, Wetland District Manager or Deb Beck, Assistant Manager U.S. Fish and Wildlife Service Morris Wetland Management District Morris, MN 56267 Telephone: 320-589-1001
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144853&objId=146255)
 
Place of Performance
Address: Morris Wetland Management District, Kufrin Waterfowl Production Area, Big Stone County, Minnesota
Zip Code: 56267
Country: US
 
Record
SN01372408-W 20070816/070814222014 (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.