SOLICITATION NOTICE
F -- Aerial seeding/Mulching for Ricco Fire Rehabilitation
- Notice Date
- 9/6/2005
- Notice Type
- Solicitation Notice
- NAICS
- 115112
— Soil Preparation, Planting, and Cultivating
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street Regional Office, Golden, CO, 80401
- ZIP Code
- 80401
- Solicitation Number
- AG-82X9-S-05-0099
- Response Due
- 9/14/2005
- Archive Date
- 9/29/2005
- Small Business Set-Aside
- Total Small Business
- Description
- 1. 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; quotes are being requested and a written solicitation will not be issued. 2. The solicitation number is AG-82X9-S-05-0099 and is issued as a Request for Quotation (RFQ). 3. This solicitation document and incorporated provisions and clauses are those in effect through federal Acquisition Circular 2001-27 4. This acquisition is set aside 100% for Small Business. 5. The North American Industry Classification System (NAICS) code is 115112 and the size standard is $6M. 6. Schedule of Supplies and Services: Item 1 Aerial Seeding of Ricco Fire for 660 acres, Item 2 Aerial Mulching of Ricco Fire for 200 acres. 7. The Ricco fire burned 3959 acres in the Black Hills National Forest in western South Dakota. In support of the Burned Area Rehabilitation Plan the purpose of this RFQ is to aerially seed 660 acres and aerially mulch 200 acres of the burn. The work under the resulting contract shall consist of aerially seeding and mulching. This work consists of meeting all the items addressed in the Performance Work Statement (See Amendment 1). The site to be treated is located within the Ricco fire burned area where the terrain has elevations ranging from 3,500 ft. to 4,500 ft. 8. [AGAR] 452.228-71 Insurance Coverage; Pursuant to FAR clause 52.228-5, Insurance-Work on a Government Installation, the Contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below: (a) Workers Compensation and Employer's Liability. The Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit worker's compensation to be written by private carriers.(b) General Liability. The Contractor shall have bodily injury liability insurance coverage written on a comprehensive form of policy of at least $500,000 per occurrence.(c) Automobile Liability. The Contractor shall have automobile liability insurance written on a comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage or loss. (d) Aircraft Public and Passenger Liability. When aircraft are used in connection with performing the contract, the Contractor shall have aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger injury. Coverage for passenger injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. The contractor shall acquire and maintain the following (minimum) insurance during performance of the work: Workers Compensation and Employer?s Liability Insurance. General Liability Insurance. Bodily injury in the minimum amount of $500,000 per occurrence shall be required on the comprehensive form of the policy. The Contractor shall procure and maintain during the term of this contract, and any extension thereof, aircraft public liability insurance in accordance with 14 CFR 298. The parties named insured under the policy or policies shall be the Contractor and the United States of America. Prior to commencement of work hereunder, the Contractor shall furnish to the Contracting Officer, a certificate or written statement of the above-required insurance. The policies evidencing the required insurance shall contain an endorsement to the effect that cancellation or any material change in the policies adversely affecting the interests of the Government in such insurance shall not be effective for such periods as may be prescribed by the laws of the state the which work is to be performed and in no event less than thirty (30) days after written notice thereof to the Contracting Officer 9. Period of Performance: It is desired to begin work immediately upon award of the contract, which is estimated to be not later than the end of September 2005. Work shall not begin until the Contracting Officer issues a Notice to Proceed. Once started work is to commence in a timely manner until project completion. It is anticipated work will be completed within 5 to 10 days from the time it begins. 10. Quotes must include a completed copy of [FAR] 52.212-3 Offeror Representation and Certifications, Commercial Items. This can be completed online at www.orca.bpn.gov. 11. [FAR] 52.212-2 Evaluation Commercial Items is applicable with the following factors used to evaluate quotes: Price, Past Performance, Safety, Technical Approach, Resources and Schedule, Quality Control Plan. 12. The following clauses are incorporated by reference and can be downloaded in their entirety at www.arnet.gov/far: [FAR] 52.212-1 Instructions to Offerors, Commercial Items, [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, Commercial Items; [FAR] 52.233-3, Protest after Award; [FAR] 52.233-4, Applicable Law for Breach of Contract Claim;[FAR] 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I; [FAR] 52.222-3, Convict Labor; [FAR] 52.222-21, Prohibition of Segregated Facilities; [FAR] 52.222-26, Equal Opportunity; [FAR] 52.222-35, Equal opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; [FAR] 52.222-36, Affirmative Action for Workers with Disabilities; [FAR] 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; [FAR] 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; [FAR] 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration: proof of contractor registration in CCR required before the Government may offer a contract to a quoter; [FAR] 52.219-8 Utilization of Small Business Concerns; [FAR] 52.222-41, service Contract Act of 1965, as Amended; [FAR] 52.222-42, Statement of Equivalent Rates for Federal Hires; [FAR] 52.222-44, Fair Labor Standard Act and Service Contract Act-Price Adjustment; [FAR] 52.204-7, Central Contractor Registration. 13. "The U.S. Department of Agriculture (USDA) prohibits discrimination in all its programs and activities on the basis of race, color, national origin, age, disability, and where applicable, sex, marital status, familial status, parental status, religion, sexual orientation, genetic information, political beliefs, reprisal, or because all or part of an individual?s income is derived from any public assistance program. (Not all prohibited bases apply to all programs.) Persons with disabilities who require alternative means for communication of program information (Braille, large print, audiotape, etc.) should contact USDA's TARGET Center at (202) 720-2600 (voice and TDD). To file a complaint of discrimination, write to USDA, Director, Office of Civil Rights, 1400 Independence Avenue, S.W., Washington, DC 20250-9410, or call (800) 795-3272 (voice) or (202) 720-6382 (TDD). USDA is an equal opportunity provider and employer.? 14. Numbered Note 1 applies. 15. Faxed quote packages are authorized under this acquisition and can be faxed to (605) 673-9350 Attn: Martin Hauch. If quote packages are mailed please send to the following address: 25041 N. Hwy 16, Custer SD, 57730 (please provide your company?s DUNS number with your quote along with a completed FAR Clause 52.212-3 Representation and Certification as referenced in paragraph 10 above and remember to include documentation addressing areas being evaluated under FAR Clause 52.212-2, Evaluation of Commercial Items as listed in paragraph 11 above). Quote due date for faxes and hardcopy packages is 9/14/2005, 4:00 p.m. MST.
- Place of Performance
- Address: The Ricco burn area is located in the Northern Hills Ranger district, Black Hills National Forest, near the town of Piedmont in western South Dakota.
- Record
- SN00886850-W 20050908/050906211622 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |