SOLICITATION NOTICE
F -- F-Land Treatment Practices Services for the Bureau of Indian, Southwest Region, Jicarilla Agency, Branch of Forestry
- Notice Date
- 6/17/2009
- Notice Type
- Presolicitation
- Contracting Office
- Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RABQ2090051
- Response Due
- 7/1/2009
- Archive Date
- 7/15/2009
- Point of Contact
- JUDITH A. MARIANO (505) 563-3941<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation, RABQ2090051, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-23. The North American Industry classification (NAICS) code is 115310 and the business size maximum is $6.5 Million. The proposed contract is full and open. This office is requesting quotes on the following items: 0001 Precommercial Tree Thinning and Slash Treatment Project for Horse Island Unit 2, 101 acres and the Unit is Acres. Price$________0002 Precommercial Tree Thinning and Slash Treatment Project for Ishkoten Canyon Units A - N, 71 acreas and the Unit is Acres Price$________ A firm fixed price type contracts shall be awarded separately for each project in accordance with the specifications and dimensions as stated in the Statements of Work (SOW). The period of performance (POP) is from date of Award through November 30, 2009. The SOW is as follows: Statement of Work. Unit Description for Item 0001: Horse Island Thinning and Slash Treatment Unit 2 is located approximately 28.2 miles southeast of Dulce, New Mexico, and is accessed via J-8, J-16, J-17, J-55 and various forest roads. The unit lies on flat to moderately steep terrain with the average slope of 9% and average elevation of 7,260 feet. Habitat type is PiPo/QuGa. The overstory is composed of 100 ponderosa pine trees per acre with an average DBH Index (Minor) is 66. The understory is composed of dense clumps of ponderosa pine saplings and poles with an average of 610 trees per acre. The understory has light damage from logging, animals, and snow. Scattered infections of dwarf mistletoe may occur in the unit. Thinning unit boundaries are marked in pink and yellow fluorescent plastic ribbon.Unit Prescription of Item 0001: Free thin according to BIA uneven-aged precommercial thinning guidelines included in these technical specifications. CUT ACCORDING TO THE SPECIFIC CONDITIONS THAT EXIST IN EACH PORTION OF THE UNIT. Thin from above, removing poletimber with little merchantable potential due to damage from logging, snow, or animals. Thin from below removing poletimber with poor form due to suppression. Leave approximately 54 square feet of commercial basal area (BA) per acre or 150 trees per acre in the understory. TOP PRIORITY: FALL DIRECTIONALLY INTO UNIT. SPACE RESIDUAL TREES LEAVING HIGHEST QUALITY CROP TREES. When dwarf mistletoe infections are present, trees with the least infection will be the preferred leave trees. Do not space leave trees wider that 40' x 40' when treating dwarf mistletoe infections.Unit Description for Item 0002: Ishkoten Canyon Thinning and Slash Treatment Units A - N are located approximately 5.7 miles southwest of Dulce, New Mexico, and are accessed via J-3, J-11 and various forest roads. The units lie on flat to moderately steep terrain with an average slope of 21% and an average elevation of 7,260 feet. Habitat type is PiPo/QuGa. The overstory is composed of 78 ponderosa pine and Douglas-fir trees per acre with an average DBH of 13.1 inches and a basal area of 73 square feet per acre (groups). Site Index (Minor) is 92. The understory is composed of dense clumps of ponderosa pine saplings and poles with an average of 886 trees per acre. The understory has light damage from logging, animals, and snow. Scattered infections of dwarf mistletoe occur in the units. Thinning unit boundaries are marked with pink fluorescent ribbon.Unit Prescription of Item 0002: Free thin according to BIA uneven-aged precommercial thinning guidelines included in these technical specifications. CUT ACCORDING TO THE SPECIFIC CONDITIONS THAT EXIST IN EACH PORTION OF THE UNIT. Thin from above, removing poletimber with little merchantable potential due to damage from logging, snow, or animals. Thin from below removing poletimber with poor form due to suppression. Leave approximately 51 square feet of commercial basal area (BA) per acre or 143 trees per acre in the understory. TOP PRIORITY: FALL DIRECTIONALLY INTO UNIT. SPACE RESIDUAL TREES LEAVING HIGHEST QUALITY CROP TREES. When dwarf mistletoe infections are present, trees with the least infection will be the preferred leave trees. Do not space leave trees wider 40' x 40' when treating dwarf mistletoe infections. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide an hourly rate for the base and four one year option periods to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference; with the same force and effect as if they were given if full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by reference.. Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SPR 1998). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (para 1, 15 days); FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks delineated in the Scope of Work. 1b. Past Experience: List contracts that are of comparable size, complexity and similar; and, provide references demonstrating previous experience for this service. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror & ability to provide the above requirements. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. The due date for receipt of quotes is Wednesday, July 1, 2009; 11:00 am Local Time. You may mail your quote to BIA, 1001 Indian School Road NW, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019. If you would like a copy of the full Statement of Work, please call or e-mail your request to (505) 563-3941 or judith.mariano@bia.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RABQ2090051/listing.html)
- Place of Performance
- Address: Jicarilla Apache Indian Reservation in Northwestern New Mexico.<br />
- Zip Code: 87528<br />
- Zip Code: 87528<br />
- Record
- SN01847202-W 20090619/090617234748-1511f56803bc368a33b07cbf50a2e179 (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 |