Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOLICITATION NOTICE

87 -- Tree Marking

Notice Date
5/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Mississippi, USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-09-T-0017
 
Response Due
5/29/2009
 
Archive Date
7/28/2009
 
Point of Contact
Joe Smith, 601-313-1556<br />
 
E-Mail Address
USPFO for Mississippi
(joe.smith@ng.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 is W9127Q-09-T-0017 is issued as a request for quotes. The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial classification System (NAICS) code for this procurement is 115310 with a small business size standard of $7M. This Solicitation is 100% set aside for small business. CLIN 0001: TIMBER Marking at Camp McCain Training Center Elliott, Mississippi. Scope of work: The contractor will be a registered forester in the state of Mississippi with proven experience as a Consulting forester. The job consists of cruising approximately 874 acres of timber land on 4 different tracts at Camp McCain Training Center designated by the Contracting Officer Representative (COR) in accordance with specifications and guidelines. 2. Specifications and Guidelines: a. Timber Cruise: Each marked tree within each stand will be clearly marked with blue marking paint in two spots ensuring one will be left on the stump. A 100 % tally on all marked timber is required on all designated areas. Marking and inventory will be done in each stand along the following guidelines: -Stand 0201 (33.59 acres)- Mark to thin stand to 70ft2 basal area, mark for stand improvement and remove over mature and weak trees. The intent is to transition to uneven aged stand management with a mixed pine hardwood composition. Preference will be given to reduce loblolly composition and increase short leaf. -Stand 0301 (171.8 acres)- Mark to thin stand to70ft2 basal area, mark for stand improvement and remove over mature and weak trees. The intent is to transition to uneven aged stand management with a mixed pine hardwood composition. Preference will be given to reduce loblolly composition and increase short leaf. -Stand O3O2 (211.2 acres)- Mark to thin stand to70ft2 basal area, mark for stand improvement and remove over mature and weak trees. The intent is to transition to uneven aged stand management with a mixed pine hardwood composition. Preference will be given to reduce loblolly composition and increase short leaf. -Stand l80l (457.12 acres)- Mark to thin stand to70ft2 basal area, mark for stand improvement and remove over mature and weak trees. The intent is to transition to uneven aged stand management with a mixed pine hardwood composition. Preference will be given to reduce loblolly composition and increase short leaf. b. Measurements: Tree measurement shall be determined by standard dimensions of standing trees, such as DBH and merchantable height for the purpose of establishing the net quantity of wood within the merchantable portion for the commercial products involved. Quantity shall be expressed in terms of board feet, standard cords and tons. Board feet (Doyle Scale) shall be tallied in aggregates of 1,000 (MBF) and small round wood by the standard cord measurement four feet (4') by eight feet (8') by four feet (4') high ( 128 cubic feet). Basal area will be estimated for all stands. Pulpwood will be estimated to a minimum of six (6) inches DBH with a four (4) inch minimum top diameter inside bark, while saw timber shall be estimated to a minimum of fourteen (14) inches DBH to an eight (8) inch minimum top diameter for pine and fourteen (14) inches DBH to a ten ( l0) inch top diameter for hardwood. Chip-n-saw, ten and a half ( 10.5) inches DBH to an eight (8) inch top, and poles will also be tallied. c. Stand Information: The contractor will provide stand maps for each stand denoting stand boundaries, species composition, size and basal area. Cruise data will be in Microsoft Access or compatible format. The MMD will provide the contractor with 2006 digital orthoquads of the areas if requested. e. Work will be completed 365 days after contract is awarded. f. Prior to starting work contractor will be required to coordinate access with CMTC Range Control daily. Briefing from Environmental Directorate personnel on issues of concern during marking will be conducted prior to starting marking of stands. Maps of required marking can be obtained from MAJ Robert A. Lemire at 601-313-6228. Contracting Officers Representative (COR) is MAJ Robert A. Lemire, Director Environmental Programs for the MMD at phone number (601) 313-6228. The location of the work is Camp McCain, Grenada, Mississippi. The following clauses apply: FAR 52.204-8, Annual Representations and Certifications; FAR 52-212-1, Instructions to Offerors (Oct 2001); 52.212-2 Evaluation of Commercial Items; Evaluation will be based on Price. FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, (May 2001); the following provisions apply 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41 Service Contract Act; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.233-2, Service of Protest; FAR 52.204-7, Central Contractor Registration; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.237-1, Site Visit; FAR 52.249-2, Termination for Convenience of the Government (Fixed Price); FAR 52-233-3, Protest After Award; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.232-36, Payment by Third Party; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.203-3 Gratuities; FAR 52.247-34 FOB Destination; FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (Nov 1995); DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government lf a Terrorist Country; DFARS 252.204-7004, Required Central Contractor Registration (Mar 2000); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items (Dec 2000), DFARS 252.225-7001 Buy American Act and Balance of Payments Program. Full text of these provisions may be accessed on-line at http://farsite.hill.af.mil. This announcement is the solicitation. The proposals are due no later than 4:30 P.M.., 29 May 2009, to USPFO-MS, Attn: Joe H. Smith, P & C, 144 Military Drive, Jackson, MS 39232-8861. Proposals may be emailed to joe.hughie.smith@ng.army.mil or faxed to 601-313-1569. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. The web site to register is www.ccr.gov. Offerors must provide Federal Tax ID Number and DUNNS Number along with proposal. Point of contact for Technical questions and copies of maps is MAJ Robert Lemire at 601-313-6228.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-09-T-0017/listing.html)
 
Place of Performance
Address: CAMP MCCAIN JAMES H. BIDDY RD GRENADA MS<br />
Zip Code: 38901-8973<br />
 
Record
SN01820214-W 20090517/090516162012-679c6f4d1454ed156ac98a5a54805340 (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.