Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2005 FBO #1494
SOLICITATION NOTICE

F -- Seedlins & Planting - Tell CIty Ranger District

Notice Date
12/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, Monongahela National Forest 200 Sycamore Street, Elkins, WV, 26241
 
ZIP Code
26241
 
Solicitation Number
RFQ-AG-52B1-S-06-0004
 
Response Due
1/11/2006
 
Archive Date
4/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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. Solicitation number AG-52B1-S-06-0004 applies and is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. This requirement is being solicited as a 100% SET-ASIDE FOR SMALL BUSINESS. The NAICS Code is 115112 Size Standard is 100 employees; and this requirement is for a fixed priced contract. The statement of work reads: ITEM 0001. Planting Stock, 99,500 each to include one-year tree and 1-2 year bush seedlings in the following quantities: TREES: One year old deciduous seedlings to include, Bur Oak, 40,000 each; Chinkapin Oak, 4,000 each; Persimmon, 3,000 each; Pin Oak, 5,000 each; River Birch, 5,000 each; Swamp Chestnut Oak, 10,000 each; Swamp White Oak, 10,000 each; Sweetgum, 2,000 each; Tuliptree, 2,000 each; White Oak, 15,000 each; Kentucky Coffee Tree, 2,000 each . BUSHES: Small tree/bush species include: Buttonbush, 500 each; Flowering Dogwood, 500 each; and Hazelnut, 500 each. ? All seedlings will be purchased by the contractor. All seedling species shall be indigenous to the local region. The contractor will be responsible for the care of the seedling according to the specifications set forth. All trees will be planted, unless space is not available to plant them. Excess trees will be planted in same area or adjacent areas. ITEM 0002: The contractor will machine plant bare root seedlings at a 6 foot by 8 foot spacing. The machine planting should have a minimum shoe depth of 14 inches and a minimum width of 2.5 inches. In addition, a sod scripper shall be attached to remove perennial weed competition for a distance of three inches from both sides of the seedling. The contractor shall be provided with the anticipated seedling species and quantity required per area prior to the start of the planting operation. Once the entire area has been planted, if there are any additional trees, they will be planted/ fill in planted between existing rows. To ensure survival of the tree seedlings, all seedlings shall be planted between April 15 and June 1, 2006 unless changes in dates are agreed to in writing by the Forest Service. Once the contractor begins work the performance period will extend one week per area and a maximum of three weeks overall to ensure there is no delay in planting. LOCATION AND DESCRIPTION: Location - the work project under this solicitation is located on both the Brownstown Ranger and Tell City District of the Hoosier National Forest. Maps are available by contacting Mr. Tom Thake (812) 547-9248. The maps show the vicinity and location of the following planting areas. Lawrence County: Area one ? 22 acres. Area is located in T3N, R2W, Sec 17; Orange County: Area Two ? 12 acres. Area is located in T3N, R2W, Sec 31; Area Three ? 13 acres. Area is located in T1S, R1E, Sec 8, 9; Area Four ? 33 acres. Area is located in T1S, R1E, Sec 16; Crawford County: Area Five ? 33 acres. Area is located in T3S, R1W, Sec 2, 3; and Area Six ? 41 acres. Area is located in T4S, R1E, Sec 29, 32. To ensure survival of the tree seedlings, all seedlings will be planted between April 15 and June 1, 2004 unless changes in dates are agreed to in writing by the Forest Service. Once the contractor begins work the contract period will only extend one week per unit and three weeks overall to ensure there is no delay in planting. PREWORK CONFERENCE: The contract will be administered by the Contracting Officer. The Contracting Officer will designate a Contracting Officer's Representative (COR) for the purpose of insuring compliance with the specifications and provisions of the contract. Prior to beginning work, the Contracting Officer or Contracting Officer's Representative will arrange a meeting with the Contractor. At this meeting, work conditions required by this contract will be discussed. Also a work progress schedule to complete the project within the time allowed will be developed. CARE OF TREE SEEDLINGS - The Contractor will adhere to the following specifications for care and protection of tree seedlings while in his possession: Tree seedlings must be protected at all times from drying, over-heating, smothering, freezing, crushing, over watering, abrasion, or contact with injurious substances. Stored trees must not be exposed to direct sunlight or wind. Punctured or torn bags must be promptly resealed. Bags of trees will not be stacked. Tarp used to provide shade will be supported so as not to come in contact with the bags of trees to provide air movement. Trees will not be stored in the field for more than 40 hours. Trees will not be removed from shipping containers until needed for preparation for planting. Opened bundles of trees will be kept properly watered at all times. Only water the roots. It will be the contractor's responsibility to provide and maintain a sufficient amount of water. If mold, dryness of roots, or other evidence of injury is noticed at any time, it should be immediately called to the attention of the Forest Service. The contractor will not do root pruning, top pruning or culling, unless authorized by the Forest Service. If it should appear that any of these treatments are necessary, the conditions should be reported to the Forest Service. If any root pruning is done, a sharp cutting instrument and a cutting board will be used. The Forest Service will determine the minimum root length required to be maintained. FIELD HANDLING - Trees in possession of planter will be handled in accordance with the following: Trees in planting bags or trays will have only their tops exposed. Root systems will be kept moist at all times by use of burlap, wet leaves, moss, or other moisture retaining material. Trees will not be removed from planting bag or tray until the planting hole has been prepared. Seedlings will be gently removed, one at a time, to prevent striping or other injury, and quickly inserted into the planting hole. Seedlings carried in planting bags or trays will not exceed the amount that can be carried and removed without injury, or which can be planted out and not returned to storage. Materials used by the planting contractor to keep tree roots moist in planting boxes or other containers and to shelter supplies of trees in his custody must meet the approval of the Forest Service representative. The contractor will have only three bundles of trees opened at any one time. All the trees in these bundles will be planted before another bundle is opened. The contractor may have five bundles open at a time if approved in writing by the Forest Service and then only for sufficient cause. PLANTING SPECIFICATIONS: Trees will be planted in spots distributed over the area at the intervals prescribed. The average spacing may be varied as much as 25 percent in any direction to find a suitable planting spot. Where a planter encounters an unplantable spot, he will plant in the closest suitable spot; however, average spacing will be maintained. The contractor will observe good planting practices, such as planting each tree in the best available spot with the space limits; avoiding places such as animal burrows; rotten wood; rock existing trees or shrubs, etc. HOLE PREPARATION: planting holes will be located near the center of the spot in a near vertical position. An open hole deep enough to fully accommodate the root of the tree. CLEARING: Before planting, all debris within six (6) inches of each planting spot will be removed. Debris to be removed includes sod, leaf litter, duff, and rotten wood. TREE PLACEMENT: Trees will be suspended near the center of the hole with roots in a natural arrangement at a depth that after closing the hole, firming and leveling the soil, the soil comes to a point even with the original ground line of the tree (root collar). The root collar must be at or slightly below the ground line. A tolerance of 1 inch below ground line will be accepted. No portion of the root should be exposed nor any branches covered with soil. The roots will not be doubled, twisted, spiraled, or bunched. The central stem of the tree must be vertical with the roots extending downward. Firming the Tree - The planting hole will be closed with mineral soil and firmed so that the tree is as firmly planted as soil conditions will allow. Dry soil, organic matter, rock and other foreign material will be kept out of the hole. Soil will be firmed so that no loose soil or air pockets remain. Planting must be done in a manner that assures that the tree and root system are not damaged. The tree will be left in free-to-grow situation. LIMITATION AND PROTECTION: All refuse resulting from the contractor's operations will not be left in an exposed or unsanitary condition and will be removed from National Forest lands. The contractor will protect improvements, such as roads, telephone lines, power lines, pipelines, oil wells, storage tanks and land survey monuments, corners, and bearing trees. Do not plant within 15 feet of roads, powerlines, telephone lines or pipelines. The contractor's operation will be conducted to minimize soil erosion. Equipment will not be operated when ground conditions are such that excessive damage, such as rutting, will result. The contractor will be required to repair to the original condition any alteration or damage to the access road or erosion control device. General safe working conditions will be adhered to by the contractor. INSPECTION : The Government will inspect planting to determine compliance with specifications and to provide the basis for computing the rate of payment. Inspection will consist of intermittent and/or continuous observations of tree handling, and planting procedures while work is underway, and examination of individual trees and planting spots on sample plots. The plots will be located throughout the planting areas so as to obtain a representative sample of the work. Each area will be inspected separately and inspection results will not be combined with other areas. Determination of the acceptability of the work performed will be based on these inspections, which will be considered conclusive, except as otherwise provided in the contract. The contractor or his representative is encouraged to observe inspections while they are underway. Care of Trees - On-going operations will be inspected to assure compliance with the specifications. Planting Quality - Planting procedures will be observed and planted seedlings on representative sample plots will be examined to assure and measure compliance with specifications. PLOT PROCEDURE - Sample plots will be examined as follows: The Inspector will take a series of plots sufficient in number to yield at least a one percent sample of the number of trees planted. Plots will be distributed uniformly over the entire planting area. Inspection within each plot will be done as follows: Locate plot on the ground. Determine the number of trees in the plot based on the specified spacing. This could vary due to ground condition and acceptable existing trees within the specified spacing allowances. Inspect and record the number of planted trees that do not meet the contract specifications. Compute the planting quality by use of the following formula: Total planted correctly divided by total sample equals percent planted correctly. Percentage of planting quality as calculated above will be rounded up to the nearest whole percent. Upon completion of each item, the contractor may request in writing, a final evaluation of planting on that item. The evaluation results for the item will be made available within (3) days of receipt of the contractor's request. REINSPECTION UPON CONTRACTOR'S REQUEST : If the original inspection results are unacceptable to the contractor, a re-examination may be requested. Requests for reinspection must be made in writing within five (5) days after receipt of notice of initial inspection results. The same inspection procedure will be used but new plots will be selected. The inspection pattern will be shifted so new inspection plots will not overlap previously inspected plots. PAYMENT: Payment, less deduction for wasted trees, will be made for completed units of work at the unit contract price. For all units of work where the quality of work is less than 95 percent, the contractor will have deducted from his contract price that percentage of unsatisfactory planting. For example: Inspection indicated a planting quality of 84 percent. The Government will deduct 16 percent from the contract price for that particular item (100 - 84 = 16). Where quality falls below 90 percent, the Contractor will be informed in writing of the deficiencies and of the necessary action for him to take to correct those deficiencies. If corrections are not made and the planting brought up to an acceptable standard (95 percent or above) within two days after notification, all work will be suspended. If 25 percent or more of the trees are incorrectly planted in specific locations of one or more acres in size, the contractor will be required to replant that area at his own expense. PRICING ITEM 0001 ? SEEDLINGS: Price: $_____________________, QTY: 99,500 U/I: EA, Total Price: $____________________ ITEM 0002 ? 1 EACH ? MACHINE PLANTING: Price: $____________________ QTY: 154, U/I Acre. Total Price: $____________________ ..........APPLICABLE CONTRACT CLAUSES: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS?COMMERCIAL ITEMS. Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Sept 2005) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ..........52.233-3, Protest After Award (Aug 1996) (3 U.S.C. 3553). ..........52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ..........52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).......... 52.222-3, Convict Labor (June 2003) (E.O. 11755).......... 52.222-19, Child Labor?Cooperation with Authorities and Remedies (June 2004) (E.O. 13126).......... 52.222-21, Prohibition of Segregated Facilities (Feb 1999)........... 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246).......... 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212).......... 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).......... 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212).......... 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286) with Alternate II (Jan 2004) of 52.225-3.......... 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).......... 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: .......... 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). This Statement is for information only, it is not a Wage Determination: Employee Class: Forestry Technicial, $9.81/hr .......... 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.)..........Wage rates per SCA Wage Determination 1981-1257, REV 21 dated 06/23/2005 apply to this contract.......... (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records?Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. App. 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) .......... The anticipated award date is January 16, 2006; the government intends to award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation, provides the best total price. Refer questions to Roger Manning at (812) 275-5987 or FAX (812) 279-3423, e-mail: rkmanning@fs.fed.us. Submit quotes to arrive no later than 1:00 PM local time on January 11, 2006. NUMBERED NOTES: 1
 
Place of Performance
Address: Tell City Ranger District
 
Record
SN00958597-W 20051229/051227211609 (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.