Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2015 FBO #5011
SOLICITATION NOTICE

F -- Hydro Axe Treatment at Dyers Creek - Package #1

Notice Date
8/11/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82AK-S-15-0020
 
Archive Date
9/23/2015
 
Point of Contact
Kim A Decker, Phone: 719-852-6211
 
E-Mail Address
kdecker@fs.fed.us
(kdecker@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3-Fire Control Plan Attachment 2-Service Contract Labor Rates Attachment 1-Dyers Creek Map Solicitation package SF-1449 form 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. Solicitation number AG-82AK-S-15-0019 is being issued as a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This project is set aside for small business concerns under NAICS code 115310 Support Activities for Forestry, small business size standard $7.5M. Schedule of Items: Item 1 Hydroaxe with operator 100 acres Scope of Work: The Rio Grande National Forest requires hydro axe service. Project is designed to thin small diameter (<8" dbh) mixed conifer tree species through treatment by a hydro axe. Goal is to treat 100 acres within a project area of approximately 330 acres (Units 1 and 2 on attached map). Description of Work: The purpose of this contract is to mechanically reduce the density of small diameter trees in the 1" to 8" size class in the Dyers Creek area on the Rio Grande NF, Divide Ranger District. Dominate tree species is Douglas fir with a variety of other species present including ponderosa pine, aspen and white fir. Targeted species for treatment are Douglas fir and white fir. Trees to be treated will consist of a mixture of sizes (1" to 8") in order to leave a variety of age classes remaining on site in a mosaic pattern. Stubble height (stump height) of the treated vegetation will be less than 6". Treated vegetation will remain on the ground in sufficient amounts to aid in the implementation of a prescribed fire planned for 2016. Vegetation will be reduced to a mulch treatment with a minimum of 80% of the woody material (slash) less than 2" (inches) in diameter and 6" (inches) long. The mulch will be scattered across the surface in various depths but will not exceed 6" (inches) in depth on the average. All work will be accomplished with a machine mounted, vertical-shaft brush cutting, thinning and shredding machine containing large (flotation type) lugged rubber tires to reduce impact to the ground, and ride over the remaining stumps and mulched vegetation. All costs to contractor (such as transportation of equipment and travel by the operator) are to be included in the cost per acre. The Contracting Officer's Representative (COR) will discuss the areas to be treated and/or avoided with the Contractor. The boundary of the units are bounded by roads or flagged with ribbon. The perimeter of areas of special concern such as archeological sites, will be flagged and marked as no entry areas. Treated areas may be in the form of small clear cuts, strips, mosaics, or general thinning. Location of project area: The project is within Rio Grande County on National Forest land and is accessed by Forest Road 640. Legal description is T41N R3E Sections 24 and 25. Size of the project area is approximately 330 acres with 100 acres within the project area planned for treatment. The 100 acres are within units 1 and 2 as shown on the vicinity and location map attached to this contract. The boundaries of the two units are marked on the ground with flagging (unit 1) or bounded by roads (unit 2). Period of Performance: Contract time is 14 calendar days from award date of the contract. Contractor Provided Items: Machine mounted, vertical-shaft brush cutting, thinning and shredding machine containing large (flotation type) lugged rubber tires and operator. A hydro-ax or hydro-mower will meet these criteria. All transportation costs. For Specific Tasks, Performance Requirements Summary, Resource Protection Standards, Other Resource Protection, Safety and Noxious Weeds, please refer to the solicitation package attached. The following provisions and clauses apply to this acquisition: 52.204-7 System for Award Management (Jul 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) 52.204-17 Ownership or Control of Offeror (Nov 2014) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Dec 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) Provision 52.212-2, Evaluation -Commercial Items (OCT 2014)-- 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: 1. Experience 2. Past Performance 3. Price Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2015) Clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2015) Additional applicable clauses can be found on page 21 of the solicitation package. AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants-Alternate 1 (FEB 2012) and AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Alternate 1 (FEB 2012) apply to this acquisition. Solicitation Attachments: SF-1449 Solicitation package Attachment 1-Dyers Creek Project Area, 1 page Attachment 2 - Service Contract Labor Rates, 3 pages Attachment 3- Fire Control Plan, 2 pages DATE, TIME AND PLACE OFFERS ARE DUE: PROPOSAL DOCUMENTS: A. Offerors shall submit their proposals(s), in the following format and the quantities specified: a. One original proposal which includes SF-1449 (blocks 17a, 30a,b and c), Schedule of Items, pg 3; completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically) pg 16-28, if offeror has not completed the electronic Reps/Certs and ORCA online; AGAR 452.209-70, pg 29 and evaluation criteria narrative, pg 30. Offerors must be registered in SAM/ORCA (see Clause 52.204-7 for registration information or go to website www.sam.gov). SAM registration must be completed to receive contract award. Offerors must respond to all criteria requested. B. Submit proposals no later than SEPTEMBER 8, 2015, 2:00 pm, MDT 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The Site Visit conference will be held: Date: AUGUST 26, 2015 Time: _1:00 PM____ Location: Meet at the Divide Ranger District Office, 13308 W. Hwy. 160, Del Norte, CO FOR INFORMATION ABOUT THE PROJECT, PLEASE CONTACT KIM DECKER AT 719-852-6211 OR kdecker@fs.fed.us. Email submission of proposals is preferred and acceptable as long as all required information is submitted, including required signatures. Faxed responses will not be accepted. Email proposals to: Kim Decker, kdecker@fs.fed.us or submit via mail or deliver to: USDA Forest Service, Attn: Kim Decker, 1803 W. Hwy. 160, Monte Vista, CO 81144 For information, please contact Kim Decker 719-852-6211 or kdecker@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82AK-S-15-0020/listing.html)
 
Place of Performance
Address: Approximately 15 miles northwest of Del Norte, Colorado, Del Norte, Colorado, 81132, United States
Zip Code: 81132
 
Record
SN03832362-W 20150813/150811235210-6fe717a3d90b386370b1ce1cffb30fcc (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.