Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOLICITATION NOTICE

V -- Bitterroot National Forest Trail Packing Services - Quality Assurance Surveillance Plan - Experiance Questionaire - Schedule of Items - Wage Determination - Scheduled Packing Dates

Notice Date
3/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713990 — All Other Amusement and Recreation Industries
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula, Missoula, Montana, 59804
 
ZIP Code
59804
 
Solicitation Number
AG-03R6-S-12-0029
 
Archive Date
4/6/2012
 
Point of Contact
Tina D Mainey, Phone: 406-329-3845, Jeffrey B. Gardner, Phone: 406-329-3769
 
E-Mail Address
tmainey@fs.fed.us, jbgardner@fs.fed.us
(tmainey@fs.fed.us, jbgardner@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Scheduled packing dates--Dates for packing trips Service Contract Act Wage Determination Schedule of items please provide your quote on this form Experience Questionaire--Please Fill Out and Return With Quote Quality Assurance Surveillance Plan BITTERROOT NATIONAL FOREST Stevensville Ranger District Trail Packing Services 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. This solicitation, AG-03R6-S-12-0029, is being issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. This acquisition is a total small business set aside. The NAICS code associated with this acquisition is 713990 and the small business $7.0 million. ***See attached "Schedule of Items"*** Packing Services for 10 Pack Trips DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK General Specifications Scope of Contract The Federal Government has a requirement for a Performance-based Service Contract for the USDA Forest Service, Bitterroot National Forest. Performance-based means the Contractor is responsible for an end product. If an end product is not provided in compliance with the contract specifications, an adjustment to the payment will be made. The Performance-based Statement of Work shall consist of completing the ordered tasks to the acceptable quality level as defined by the scope of the contract. The awarded contract shall constitute the entire agreement including all terms and conditions applicable to the contract. The Contractor shall provide all expertise, labor, supervision, services, equipment, mobilization, tools, supplies (i.e.; water, etc.), permits, licenses, transportation, and incidentals necessary to provide pack string support for trail crew projects on the Bitterroot National Forest (BRF) for the year 2012. For the most part "the crew" will be a Montana Conservation Corps (MCC) crew. The contractor will pack cargo, tools and food along system trails to campsites and later out to the trailheads using horses and/or mules. Trail crew members will hike in and out. There are 10 scheduled packing dates---packing in constitutes one packing day and the return trip constitutes one packing day. The exact packing dates can change slightly depending on trail conditions but the intent is to stick to the schedule. The performance period will be June 15 to September 30, 2012. Payment will be made for the actual number of days packed each month. The Contractor will provide the packer, a riding animal, four head (at minimum) of pack stock, transportation of all stock, and incidentals such as tack, saddles, manties, ropes, etc. Many trailheads do not have a stock ramp, or the stock ramp may be blocked by an improperly parked vehicle. The packer must be able to load and unload animals without the aid of stock ramp. Pack animals must be of acceptable quality, in sound fit condition with only minor cuts and wounds upon initial inspection by the Contracting Officers Representative (COR). An example of unacceptable quality includes but is not limited to any of the following: open, unattended sores, missing shoes with damaged feet, and lameness. Any animal deemed not fit for packing by the government will be checked and documented by a veterinarian at the contractor's expense. The contractor must also be able to provide a brand inspection and interstate transport permits for inspection at the trail head if needed. The scheduled packing dates may vary slightly by project for various reasons. Packing in may be delayed by the need to clear the trail enough for a pack string or may be delayed for very bad weather. Packing out early may be called for if the project is completed early. The trail crew works on a scheduled work tour with fixed dates so the pack in and pack out dates could vary slightly. The intent is to adhere to the scheduled dates. Any adjustment to a scheduled packing date will be initiated when the COR calls the contractor at an agreed to phone number more than 24 hours in advance. When packing in, the trail crew will have gear and tools ready for packing at the trailhead by 10 AM. The packer will have the gear and tools delivered to camp by 5 PM. When packing out, the trail crew will have gear and tools ready for packing at camp by 8 AM. Some tools may need to be loaded along the trail on the way out. The packer will have the gear and tools delivered to the trailhead by 3 PM. The packer is not expected to pack more than 100 pounds per side - gross pack weight. Most packs will range from 70-80 pounds. The packer can choose to pack more than 100 pounds per side on any given animal but no provision will be made for extra payment. The contractor will pack duffel, food boxes and backpacks in manties, panniers, or pack boxes to help protect the cargo from abrasion and rain. The trail crew will weigh the cargo and tools to make sure that the packer can pack conventionally sized loads and get by with 4 head of stock. The packer is responsible for making the packs, balancing the loads, loading and unloading the pack animals. If excess cargo is expected for a trip the COR will call the contractor a minimum of 24 hours in advance of the scheduled pack date to make sure the extra pack animals are available for that day. The packer is expected to have experience and skill in safely packing tools to including but not limited to: 6' cross cut saws, chain saws, "pionjars" (90 lb gas powered jackhammers), rigging gear (griphoist, wire rope, blocks, slings, etc.) fuel, 5' rock bars, loppers, peaveys, pulaskis etc. Sharp tools will be already sheathed but the packer will supply what is needed to lash the tools on or otherwise safely contain the tools being packed. Crosscut saws will not be bent tighter than "U" shape when tied for packing. At the request of the trail crew the packer will unload the tools before reaching camp. Upon delivery at work sites and unload sites, cargo shall be delivered with only normal wear and tear or minor damage. Damage or injury to the stock or packer should be minimized to only minor bumps, cuts, or scraps not requiring vet or doctor care. Incidents causing property damage or injury will prompt a follow-up by the government to discuss with the contractor. Incidents will be evaluated on a case by case basis. Hazards along the trail include but are not limited to rocks, holes, exposed roots, downed trees, leaning trees, brush, dayhikers, backpackers, bees and dogs. The trail crew may camp beyond where the trail needs improvement. The trail will be improved enough for the pack string to get by. The pack string may have to step over logs, negotiate uneven trail tread or leave the trail for short detours. Final responsibility for successful packing rests with the packer. Although there can be no guarantee that food, tools, camp gear will be delivered undamaged, the packer will demonstrate reasonable care and skill in packing. The packer will also make efforts to ensure public and crew safety during the trip. In order to stay within the BRF's weed free practices guidelines and prevent noxious weed spread, all animals should be brushed and have their hooves picked clean of mud prior to being transported to the trailhead. All saddle blankets and tack should be clean and free of any weed seeds prior to transport to the load site. Vehicle undercarriages, bumpers, and wheels should have mud and weed seeds removed prior to entering the BRF. All animal feed must be designated as weed free, and the contractor must be able to show certification that the feed is considered weed free. If trailhead camping is required prior approval through the BRF must be received, and parties must agree to the standards of leave no trace behind camping policies. Any non-standard camping practices will be followed up on by the COR and cross referenced by any quality control notes made by the contractor. The contractor must be able to show that they will be able to provide a reliable form of communication between the contractor and the COR, and be able to verify that messages have been received. The contractor must be able to contact the COR in the event that the packer will be late or miss the packing date. Location and Description This contract is located on trails in the Bitterroot National Forest, in Ravalli County, Montana. (a) Scheduled packing dates are on the Stevensville Ranger District. ***See attachment "Scheduled Packing Dates"*** (b) Up to 8 unscheduled packing days (in addition dates the "Packing Dates" listed above) may be offered between June 15 and September 30, 2012 on the Stevensville, Darby, Sula or West Fork Ranger Districts. There will be no packing on the Idaho portion of the West Fork Ranger District. Service Contract Act This contract is subject to the Service Contract Act. Please see attached Wage Determination: Wage Determination No.: 2005-2318, Revision No.: 12, Date Of Revision: 06/13/2011 ***See attachment "Wage Determination"*** Site Visit No formal site visit is planned for this project. For more information, please contact Bill Goslin at the Stevensville Ranger Station, (406) 777-5461. (See FAR clause 52.237-1) Government-Furnished Property The government will provide a hand-held pack scale for the trail crew and the packer to help make sure cargo weight is acceptable. The government will provide the packer with a sign that reads, "Pack & Saddle Stock Ahead. Anticipate Encounters. Keep Dogs Controlled/Leashed. Thanks for Your Cooperation." This sign will be posted at the trailhead while the pack string is on the trail. Contract Administration At a pre-work meeting to be held before work starts, the Contractor shall designate, in writing, a person to act for the Contractor during his/her absence from the worksite. The Contractor shall list the extent of authority this representative will have on the job. The Contractor or the authorized representative shall receive orders and instructions from the Contracting Officer and shall take such action as is required to keep the job in progress under the terms of the contract. Both the Contractor and any designated representative(s) shall have both oral and written command of the English language. Camping Packing distances are relatively short. Overnight camping along the trail will not be approved. Camping at the trailhead may, or may not be approved if the packer makes a request ahead of time. When trailhead camping: Stock will be contained on already impacted soil. Trees will be protected from stock damage. Existing hitchrails will be used as much as possible. Stock can be tied to trailers. Room will be left for public parking as well as ingress/egress to the trail. Manure will be scattered before finally leaving the site. Additional site specific requirements for Leave No Trace camping may be required. Incidents causing property damage or injury will prompt a follow-up by the government to discuss with the contractor. Incidents will be evaluated on a case by case basis. Quality Control and Quality Assurance The Contractor shall develop a complete site specific Quality Control Plan (QCP) to ensure the requirements of this contract are provided for as specified. The goal of the QCP should be to identify and correct any problems that may arise before they are identified by the CO or his/her representative. A written Quality Control Plan must be submitted to the Government with the quote and will be incorporated into the resultant contract. It is the Government's responsibility to provide Quality Assurance. ***Please see the attached "Quality Assurance Surveillance Plan"*** Performance period The performance period will be between June 15 and September 30, 2012. Payment The designated method of payment will be actual quantity. Payment will be made in four installments after the last pack date each month of June, July, August and September for the actual number of packing days completed that month. Payment will be flat rate per day for a packer, riding animal and 4 pack animals plus any unscheduled packing days and any extra animals packed for that month. (Payment will not be made for either the miles packed or for the weight packed) Solicitation Provisions FAR Part 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012), applies to this acquisition with no addenda to the provision. As per FAR part 13.106-2, the clause at FAR Part 52.212-2 Evaluation-Commercial Items (JAN 1999) applies to this contract: (a) The Government will 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 Past Performance as demonstrated on the Experience Questionnaire (***See attachment" Experience Quetionaire"***) Quality Control Plan Safety Plan Capability Statement (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. Offerors are advised to complete a copy of the provision at FAR Part 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2012) or provide proof of registration in ORCA (https://orca.bpn.gov/) with their offeror. FAR 52.215-5 Facsimile Proposals (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 406-329-3866 attn: Jeff Gardner (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document-- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal. (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timelines, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. The clause at FAR Part 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) applies to this contract and the following addenda are included as part of this contract: FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 24 hours. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. FAR 52.236-7 Permits and Responsibilities (NOV 1991) 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 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 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more 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. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulations - https://www.acquisition.gov/far and the Agriculture Acquisition Regulations - www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.245-1 Government Property (JUNE 2007) 52.245-9 Use and Charges (JUNE 2007) The clause at FAR Part 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (MAR 2012) applies to this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-12-0029/listing.html)
 
Place of Performance
Address: Stevensville Ranger District, 88 Main Street, Stevensville, Montana, 59870, United States
Zip Code: 59870
 
Record
SN02692738-W 20120311/120309234425-2d0e6072eee1e03f3cda1e093285159a (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.