Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2011 FBO #3500
MODIFICATION

F -- TRMU Big Mountain Hazard Tree Felling, Shasta Trinity National Forest - Amendment 1

Notice Date
6/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern California Acq Service Area, 3644 Avtech Parkway, Suite 180, Redding, California, 96002, United States
 
ZIP Code
96002
 
Solicitation Number
AG-9AC7-S-11-0031
 
Point of Contact
Katherine Pasini, Phone: 530 252-6621, Anna Wargin, Phone: 530 841-4411
 
E-Mail Address
kepasini@fs.fed.us, awargin@fs.fed.us
(kepasini@fs.fed.us, awargin@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
SF30, Prebid Notes & Response to Evaluation Factors form. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-51. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-9A28-S-11-0031 and is a Request for Quotation (RFQ). Submit written offers only; oral offers will not be accepted. This acquisition is a 100% small business set-aside. The Northern American Industry Classification System (NAICS) code is 115310 and the size standard is $7.0 million. Only one contract will be awarded. A firm-fixed price purchase order will be issued. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) to be considered for award. Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. DESCRIPTION: The intent of this contract is to secure services for the falling of roadside dead and dying hazard trees that are greater than 12 inch diameter at breast height (DBH) within 150 feet of the center line of the designated roads. Cut tree selection shall consist of determining whether a naturally falling hazard tree shall impact the road based on DBH, tree height, and slope. Felled trees shall be left in place without limbing or bucking unless public safety and/or resource damage would occur. The Contractor shall provide all equipment, supplies, transportation, labor, supervision, and incidentals necessary to complete the project. Except for that which the contract clearly states is to be furnished by the Government. The estimated number of trees to fall in project areas is listed by Item as an attachment. The work areas are identified as Big Mountain Hazard Trees (see attachment). Area boundaries have not been flagged by the Government. The contractor shall be required to define work areas and identify any additional unmarked trees for treatment utilizing specifications in this combined synopsis/solicitation, and maps provided as attachments. Project areas are accessible by two-wheel drive vehicles on Forest Service maintained system roads during all but the late fall/winter/early spring months. MAPS: Maps showing the general vicinity and/or specific work areas are included as attachments, and are general in nature and are not to be considered as definitively identifying boundary locations. LOCATION: Project is located on the Shasta Trinity National Forest, Trinity River Management Unit (TRMU). The project areas are identified on the project maps. RESTRICTION AND EXCLUSION AREAS: Work may be performed at any time during the period of the contract, except as outlined here. Nothing in this part shall be construed to take away any of the Government's rights under the Suspension of Work Clause (52.242-14). Restrictions are as follows: 1. Limited Operating Period (LOP) for spotted owl. No work shall be performed from February 1 to July 10 in Items 1 & 3 and from February 1 to September 15 in areas of Item 2. Designated LOP areas are identified on the Attached NSO map. 2. In accordance with the attached Fire Plan for Construction and Service Contracts. 3. Riparian Reserve-- Exclusion Area of Riparian Reserves is considered from the break in slope within the inner gorge to areas of channel exhibiting annual scour. 4. Archaeological sites--Known archaeological sites shall be flagged within the area boundaries. Contractor shall stop working in an area if suspected sites are found during operations. COR or inspector shall be notified and shall inform local archaeologist. 5. The Government may designate exclusion areas such as: rocky areas, wet areas, steep areas, stream side management zones or other special areas. The Contracting Officer's Representative shall designate known non-work areas on a project map prior to the issuance of the Notice to Proceed. SPECIFICATIONS 1. Dead and dying trees that are over 12" DBH and pose a danger to the designated roadways shall be felled. Trees shall be felled across the slope whenever possible to reduce the risk of skidding (NEPA requirement). 2. Only dead and dying trees up to 1-1/2 tree heights (up to 150 feet) of the center line of the roadway shall be felled (NEPA requirement). 3. Felled trees that can safely be left in place shall not be bucked or limbed. 4. Felled trees shall lie flat on the ground. Directional falling shall be used to avoid hung up trees. 5. Trees that have been felled into the roadway shall be bucked and placed where they shall not impede traffic or create a safety hazard. Limb wood from these trees shall be hand piled or scattered off the road bed. 6. Material resulting from the falling operations in excess of one foot in length or two inches in diameter, shall be removed from drainage ditches. 7. Boles, limbs and chunks in excess of three inches in any dimension shall be removed from the roadbed. Disposal of this material shall be by scattering or hand piling. Scattered debris shall be a minimum of four feet below the roadbed and no greater than six inches in depth. 8. Trees shall be directionally felled to avoid damage to healthy green trees. Severely damaged trees greater than 12 inch DBH may require felling by the contractor at no cost to the government. 9. Signs, markers, and other road appurtenances shall not be damaged by contractors operations. 10. Trees shall be directionally felled away from stream channels and riparian reserve equipment exclusion areas when it can be accomplished safely. Limb wood shall be removed by hand 25 feet upstream of culverts (NEPA requirement). 11. Trees felled within flagged archeological sites shall be hand bucked and hand carried outside of the flagged boundary. 12. All traffic control shall be supplied by the contractor. 13. Contractor shall maintain a daily tally of hazard trees felled as part of the inspection record. Location and estimated DBH and tree height shall be recorded. CONTRACT PERFORMANCE TIME BY ITEM: The contractor shall commence work under this contract within 5 calendar days from issuance of the notice to proceed, and complete the entire project within the time specified for each item. Item No. 1 = 3 days to complete; Item No. 2 = 39 days to complete; Item 3 = 3 days to complete. Total contract time: 45 days. PRE BID SITE VISIT - A formal site visit will be conducted on Tuesday, June 21 at 9:00 a.m. Participants are to meet at the Weaverville Ranger Station Office, 360 Main St., Highway 299, Weaverville, CA 96093 SPECIAL CONTRACT REQUIREMENTS: Awarded contractor shall notify the government a minimum of 15 calendar days prior to start work. Fire Prevention and Control The Contractor shall be governed by the following, in addition to the fire plan contained in Attachments: (a) Contractor's Responsibility in Fighting Own Fire. The Contractor under the direction of the Government or in the absence of said officer, acting independently, shall immediately extinguish without expense to the Government, all fires on or in the vicinity of the project which are caused by him or his employees whether set directly or indirectly as a result of the work on this project. The Contractor may be held liable for all damages resulting from fires set or caused by his employees or resulting from the operation of this contract. If the amount and character of labor, subsistence, supplies, and transportation which the Contractor is in a position to furnish promptly, for fire suppression, prove inadequate the Government is authorized to procure such items and services as they may deem necessary and charge to the Contractor. (b) Use of Contractor's Employees to Fight Other Fires. For the purpose of fighting forest fires on or in the vicinity of the project which are not caused by the Contractor or his employees, the Contractor when requested by the Government shall place his employees and equipment temporarily at the disposal of the Forest Service. Payment for such services will be made by the Government at not less than the current rate for fire-fighting services established by the Forest Service in the area concerned. Any employees and equipment furnished may be relieved from fire fighting as soon as the Government finds that it is practical to employ other labor and equipment adequate for the protection of the area. An equitable adjustment in Contract time may be made for this period. CAMPING: Camping is not allowed on National Forest land. Numerous motels in Weaverville and private campground/trailer parks along the Trinity River are available. PERMITS AND RESPONSIBILITIES: The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that may occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS (JAN 1999) (a) The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Relevant Past Performance and Technical Approach. SUBMISSION REQUIREMENTS: Submit pricing information on the attached Price Sheet, or as stated in FAR 52.212-1, paragraph (b), with other requested information, (include DUNS number). To be considered for award offeror shall submit Relevant Past Performance and their Technical Approach as described below. When combined all non-price evaluation factors are approximately equal to price. The offeror's technical proposal shall include, but is not limited to the information requested below: Technical Approach: This is a measure of the contractor's experience, capability, capacity, equipment, training, quality control, safety practices, and general business practices that the contractor employs in the performance of their work. Submit a statement or document that provides enough information to satisfy an Evaluation Panel reviewing the quote that the contractor is able to perform quality work in a timely manner. The following areas will be evaluated: A. Experience and qualifications of the firm and its personnel/equipment. Please address your firm's experience in falling larger trees with enough information to evaluate the length and breadth of the experience. B.Work Plan. Provide a general work plan including number of employees and sequencing of work that will allow you to complete the project in an orderly and timely fashion. C.Quality Control Plan. Discuss the specific quality control procedures and techniques your firm utilizes to ensure quality throughout the entire process. D.Safety Plan. Provide a general Safety Plan that identifies the specific conditions that you consider to be a hazard and the mitigation and personal protective equipment you will take to increase the safety for your workers and the public. Specifically identify your communication plan and traffic control measures. Safety is a significant factor in the success of this project. Relevant Past Performance: Offerors shall submit a list of clients for past and present similar projects covering the last three years. Provide contact name, address, phone number, fax number, e-mail address and contract number or project name. The Government will survey these clients to obtain past performance information (quality, timeliness, cost control, business relationships, customer satisfaction) related to the offeror's past work. Past Performance information that will be considered is not limited to the references provided by the offeror. ‘Response to Evaluation Factors' form is attached; however it is not a required form and additional information may be required to address all criteria AR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) The following addenda are provided to this provision: Paragraph (b), entitled "Submission of Offers", Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Name; Address; Telephone Number of Offeror; Price; Any Discount Terms, Response to non-price evaluation factors and Acknowledgement of all Solicitation Amendments. Quotes must indicate quantity, unit price and total amount. Offers may be submitted via facsimile or mail. PROVISIONS AND CLAUSES applicable to this solicitation are listed below and incorporated by reference: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (JAN 2011) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. This clause can be downloaded from the following website http://www.arnet.gov/far/. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2011); the following FAR clauses are applicable as listed in 52.212-5: FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) FAR 52.219-28 Post Award Small Business Program Representation (Apr 2009) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-41 Service Contract Act of 1965 (Nov 2007) FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.225-13 Restrictions on Certain Foreign Products (June 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) FAR 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004) FAR 52.233-3 Protests After Award (Aug 1996) Provisions and Clauses incorporated by reference in this solicitation can be accessed on-line in full text at the following website: http://farsite.hill.af.mil/. RESPONSE TIME: Request for Quotation will be accepted at Northern California Acquisitions Service Area, Susanville Office, Susanville, CA 96130 NO LATER THAN 4:30 p.m. Pacific Daylight Time on June 28, 2011. Quotations may be faxed to 530-252-6408 or emailed to kepasini@fs.fed.us. Point of Contact for this solicitation is Katherine E. Pasini, 530-252-6621.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2cafb5e8dca19ec4306ed2f70b61a3c5)
 
Place of Performance
Address: Shasta Trinity National Forest, Trinity River Management Unit (TRMU), Redding, California, 96002, United States
Zip Code: 96002
 
Record
SN02480678-W 20110625/110623235148-2cafb5e8dca19ec4306ed2f70b61a3c5 (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.