Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

F -- Slashing of over mature vegetation

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF08Q0027
 
Response Due
3/20/2008
 
Archive Date
5/19/2008
 
Point of Contact
Robert Joshlin, 509-527-7218
 
E-Mail Address
Email your questions to US Army Engineer District, Walla Walla
(robert.j.joshlin@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A. Contractor will provide all labor and materials to carry out the slashing of over-mature vegetation on 94 acres of Corps of Engineers managed lands as described below. B. The contractor will perform slashing treatment in four units within the Little Bay area totaling 94 acres. A vicinity map and a site map are attached. C. The work will be performed within the following dates: On or about March 31, 2008 through May 16, 2008. This window is set such that the work is conducted soon after snowmelt, which is ideal for browse rejuvenation. D. A tour of the work sites will be conducted by Government personnel on March 13, 2008, at 0900 PST starting at the Dworshak Dam Natural Resource Building located on the south end of the dam. All prospective bidders are encouraged to attend the tour. Prospective bidders must call Russ Davis, Wildlife Biologist, Dworshak Project, at 208-476-1203, no less than 24 hours prior to the date of the site tour to make arrangements to attend. <B R>Specifications 1.1 Method Due to the fairly steep and rugged terrain, methods for accomplishing this work are expected to be limited to hand tools, e.g. mechanical and manual clippers, and chainsaws. Therefore hand slashing is the approved method for accomplishing the work. We recognize that there may be alternative methods to accomplishing this work. The contractor may request approval through the Contracting Officers Representative (COR)to utilize other methods. In the event alternati ve methods are approved, all performance specifications remain the same, and appropriate safety and environmental considerations will be applied. 1.2 Performance Specifications The contractor will hand cut trees and shrubs and reduce debris w ithin the treatment units depicted on the attached map and in accordance with the following specifications: a. All deciduous trees and shrubs from 1/4 to 6 inches in diameter, measured at one foot above the base, are to be cut to a height of approx imately two feet. b. All conifer trees less than 5 inches dbh are to be cut at or near ground level. c. Slashing debris tree and shrub pieces separated from the base after cutting will be reduced to lengths less than 72 inches and the depth of debri s will not exceed 24 inches above the ground surface. d. All slashing debris that lands on a road surface will be removed from the road surface. e. The contractor is not to cut down any deciduous trees and shrubs nor conifers trees within 50 feet o f any swamps, bogs, wetlands, lakes, or any permanent or temporary streams. This includes the Reservoir itself. Temporary streams can be identified by the occurrence of a definite bed and bank. 1.3 Area Description and Access The terrain of the Little Bay area varies between gently sloped to fairly steep and rugged in places. The site can be accessed by either boat or vehicle. However, accessing the units by passenger vehicle will require crossing land owned by Potlatch Corporation and the Idaho Department of Lands attained through adjacent land. If the contractor wished to access the units by passenger vehicle he or she must get permission and obtain keys from these owners. It shall be the responsibility of the contractor to obtain permi ssion to utilize roads not owned by the Corps. The Corps is not responsible for providing access to the site via road. 1.4 Prework Meeting The contractor shall meet with the point of contact (POC) at the Dworshak Natural Resources Office, 2 08-476-1203, prior to beginning work. The purpose of this meeting is to discuss and develop mutual understandings relative to the general, technical, and safety aspects of the work to be completed as well as establishing a quality control program and sche dule of work. 1.5 Contractor Quality Control Program The Quality Control Program is the means by which the Contractor assures himself or herself a nd the COR that all work will be accomplished in accordance with the contract specifications. The Contractors Quality Control Program shall be prepared in advance of the start of work and provide for all services in the contract. It shall include the su rveillance required to meet all contract specifications regarding schedule, compliance, proper equipment, materials, and work performance. The Contractor shall be responsible for controlling work quality through effective management, training, and suffici ent inspections of all work items including those of subcontractors to ensure compliance with all contract requirements. The contractor may be required to produce his or her written quality control program at any time during the course of the contract.<BR > 1.6 Government Quality Assurance 1.6.1 Inspections. The Government has the right to inspect all work called for in this contract, to the extent practical, at all times and places during the terms of the contract. The Government will perform in spections in a manner that will not unduly delay the work. The Government will perform such additional inspections of materials, procedures, equipment, and completed work as considered necessary by the COR to ensure contract compliance. 1.6.2 Quali ty Assurance Representative. The COR may designate a Quality Assurance Representative (QAR) to inspect the Contractors performance. Neither the QAR nor COR are authorized to change the scope of work of the specifications without written authorization fro m the Contracting Officer. Neither the presence nor absence of a QAR will relieve the Contractor from any requirement of the contract. The QAR will observe and report to the COR the Contractors activities and compliance with contract specifications. A QAR has the authority to require work to be done in accordance with contract requirements and to stop the Contractors operation for violations of safety requirements or when life is endangered. 1.6.3 Evaluation Criteria. Following the completion o f the work, Corps staff will inspect each unit for compliance with this Statement of Work using the criteria below. These criteria must be met to satisfy the intent of the contract. Random sampling may be used to determine compliance. a. Ninety pe rcent of all deciduous trees and shrubs 1/2 to 6 inches in diameter as measured at the one foot above ground level are to be cut to a height of 1-1/2 to 2-1/2 feet above ground level. b. The number of deciduous slash pieces longer than 72 inches i n length will not exceed 10 per acre. c. Ninety percent of 94 acres will not have slash extending beyond 24 inches above the ground. d. The number of conifer stumps greater than 6 inches above the ground surface will not exceed five per acre. 1.6.4 Discrepancies. If the findings of any given inspection demonstrate that the work does not comply with the evaluation criteria, the Government may require the Contractor to correct the deficient work at no cost to the Government. A written n otice of discrepancies to be corrected will be given to the Contractor or his or her representative. The contractor shall have seven days from the date of a written notice of discrepancies in which to furnish satisfactory written justification for the dis crepancies and or bring the work into compliance. 1.6.5 Contractors Nonperformance. If the Contractor fails to perform the work in the specified time frame or fails to meet contract specifications and fails to take necessary action to ensure futur e performance is in conformity with contract requirements, the Government may, by contract or otherwise, perform the work and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such work or terminate the contract for default. 1.7 Subcontracting No work may be subcontracted without the written approval of the Contracting Officer. Complian ce with the provisions of this contract by subcontractors shall be the responsibility of the Contractor. 1.8 Permits and Responsibilities The Contractor shall without additional expense to the Government be responsible for obtaining all neces sary licenses and permits and for complying with any applicable Federal, State, and municipal laws, codes, and regulations in connection with the performance of this work. 1.9 Protection of Resources 1.9.1 Protection of Government Facilities. The Contractor shall be responsible for restoring any Government facilities, structures, or equipment damaged as a result of his or her operations. Reasonable care shall be used to avoid damage to existing structures, equipment, and vegetation in the ar ea and other areas of Government property. Any such damage shall be repaired, or the items replaced, as directed by the Contracting Officer at no charge to the Government. If the Contractor does not make such repair or replacement the cost for the repair or replacement may be deducted from payments to be made to the Contractor. The Contractor shall advise the COR of any damage to the facilities due to vandalism or other causes on the day such damage is first noticed. 1.9.2 Fire Control. a. Fire Hazards. The Contractor shall eliminate all potential fire hazards that may result from his operations of grounds equipment and the storage of supplies, fuels, or cleaning agents. b. Fire Equipment. All vehicles used by the Contractor on the job site must be equipped with a shovel, bucket, and one 10 lb. ABC rated fire extinguisher. c. Fire Responsibility. The contractor will be responsible for the control of, and any damages and costs associated with, fires that result from his or he r operation of this work. 1.9.3 Protection of Water Resources. Special measures shall be taken to prevent chemicals, fuels, oils, greases, bituminous materials, and waste washings from entering drainage ditches, ponds, and rivers. 1.9.4 Prot ection of Soil Resources. Measures shall be taken to minimize erosion and scarification of soil. Planned methods of control will be discussed at the pre-work meeting. 1.10 Safety 1.10.1 Safety Standards. The Contractor shall comply with all applicable Occupational Safety and Health Act (OSHA) Standards, as well as the Corps of Engineers Safety and Health Requirements Manual EM 385-1-1. The OSHA Standards are subject to change and such changes may affect the Contractor in his performance un der the contract. It is the Contractors responsibility to know such changes and to take immediate action to implement those changes. 1.10.2 Accidents a. The Contractor shall notify the COR immediately of damage to Government or private pr operty and injury to any person resulting from his operations. In the event that an accident or injury should occur on Government lands the Contractor shall first notify the appropriate local emergency service organization and then the COR. See Section 0 1.D of EM 385-1-1 for further details on accident reporting. b. The Contractor shall make a written report of each separate cause of an injury or accident. These reports shall include location, nature of the injury or accident, authorities notified , and the action taken, along with any other pertinent information. These reports shall be accompanied by sketches, graphs, drawings, and photographs, as needed and forwarded to the COR within two working days following the injury or accident. 1.11 Vehicles and Equipment All vehicles and equipment shall be equipped and operated in compliance with all applicable Federal and State laws governing safety, pollution control, licensing, and operation. Offerors are required to reference and complete the following: 52.212-3 Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial It ems. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. 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.
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN01508142-W 20080215/080213224813 (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.