Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1997 PSA#1931

Winema National Forest, 2819 Dahlia Street, Klamath Falls, Oregon 97601

F -- SNAG TOPPING/CREATION, COMMERCIAL ITEM SOL RFQ R6-20-97-46 ML DUE 092397 POC Contracting Officer, Michael Long 541/883-6740 or Jeannette 541/883-6804 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. The solicitation number is R6-20-97-46 and issued as a Request for Quotations. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. This solicitation is set-aside for Small Business for the Standard Industrial Code of 851, Forestry Services, and has a small business size standard of 5 Million. This is a Indefinite Quantity contract with a minimum quantity of 250 trees with a estimated quantity of 300 trees, and a maximum quantity of 400 trees. Award will be made on the minimum quantity. Contractor shall supply a quote for the minimum quantity of 250 trees. The unit of measure shall be trees. The quote will be evaluated for similar contracts using, past performance for the past 3 years, price, experience in this field, safety history over the past 3 years, and equipment. The project location is on the Chiloquin Ranger District of the Winema National Forest, Klamath Falls, Oregon. The Chiloquin Ranger District is located in Northern Klamath County. The Quick project area is approximately 15 air miles north east of Chiloquin. The John T.S. project area is approximately 20 air miles north east of Chiloquin. Both project areas consist of several harvest units. Work areas may be reached by Forest roads that may require a four wheel drive vehicle if the ground is wet. Motorized vehicles in excess of 1000 lbs will be restricted to numbered and maintained Forest Service roads. The contractor will confine motor vehicle routes of travel, when off Forest Service roads, to and from trees to be topped. Walking may be required to reach individual trees. The Forest Service assumes no obligation to plow snow or do special maintenance to keep roads open. The Contractor shall furnish all equipment, tools, transportation, labor, supplies, materials, supervision, and incidentals necessary to perform services for topping both live and dead standing pine and/or fir trees. Topping will be accomplished by cutting with chain saw or hand saw. The Contractor shall remove the tops of 50-200 live trees in the John project area and 200 fire killed snags in the Quick project area to enhance wildlife habitat. Live trees to be topped are within the John Ponderosa Timber Sale which is snag deficit. Trees to be treated in the John project area will range in diameter from 12 to 24 inches. Green trees to be topped in the John project area will be identified by the government with blue/black striped flagging. Within the John project area a minimum of 50 and maximum of 200 trees will be identified within three sale areas for topping. Fire killed trees died as a result of the Quick Fire in June of 1994. Within the Quick project area 200 fire killed snags are to be selected for topping within the sale area boundary. Fire killed snags to be topped shall be operation. Snags to be topped shall be at least 100 feet from any open road unless otherwise requested by the C.O.R. or project inspector. The top of each snag will be removed at a height between 40 and 50 feet above ground level. All limbs below the removal height will be left, unless safety concerns otherwise dictate. No snag or tree shall be topped that has a raptor (hawks, eagles, owls) nest. Any raptor nests found shall be reported to the Contract Inspector. The Contractor shall nail a wildlife sign on all topped snags. The signs shall be nailed on the north side of the tree with at least two nails. The Contractor shall remove the bark beneath the sign before nailing the sign to the snag. The C.O.R. will make periodic visual inspections while work is in progress to determine acceptability of work. A minimum of 25 percent of the topped snags will be inspected. The inspection of snags will be determined by the items listed below: Topping heights meet specifications. Snag diameter (dbh) meets specifications. All topped snags have debris resulting from the Contractor's operation is on roads or improvements, the C.O.R. will immediately notify the Contractor in writing and order him/her to improve the quality of his/her topping and/or return and place the hung top on the ground, and/or remove debris from roads or improvements and repair damage. When inspection results show that there are hung tops or tops in roadways or on improvements which constitute any part of the deficiency, acceptance will not be made until these hung tops are placed on the ground or debris is removed from the road or improvement. Inspections after rework will be made in the same manner as the first inspection. The Contractor shall pay for inspections necessitated by the rework. If the original inspection results are unacceptable to the Contractor and a second inspection is requested without rework, that request for reinspection must be made in writingand the same inspection procedure will be used. If the second inspection shows less than five percent variance from the original inspection, the Contractor shall pay the cost of the second inspection, and the result of the first inspection will be used in determining the acceptability of the work. The following clauses are incorporated by reference 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, the following FAR clauses are applicable 52.216-18, Ordering; 52.216-19, Delivery-Order Limitations; 52.216-21, Requirements; AGAR 452.237-70, Loss, Damage, wildlife signs correctly placed. Tops are lying completely on the ground. Snags boles are completely severed. The Contractor shall provide information as to work location and progress on a scheduled basis as agreed at the prework conference. The Contractor shallprovide a final report which lists the project unit number, size and number of snags topped, and a map showing approximate locations of each topped snag. When inspection results show the height of topped snags varies by more than 10 percent from that described above, or that tops are not laying completely on the ground, or are unacceptable to the Contractor and a second inspection is requested without rework, that request for reinspection must be made in writing and the same inspection procedure will be used. If the second inspection shows less than five percent variance from the original inspection, the Contractor shall pay the cost of the second inspection, and the result of the first inspection will be used in determining the acceptability of the work. The following clauses are incorporated by reference 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to ImplementStatutes or Executive Orders-Commercial Items, the following FAR clauses are applicable 52.216-18, Ordering; 52.216-19, Delivery-Order Limitations; 52.216-21, Requirements; AGAR 452.237-70, Loss, Damage, Destruction and Repair. Representations and Certifications, clause 52.212-3 will be provided to quoters that respond to this solicitation and shall be submitted in hard copy after quotes are received, but prior to award of a purchase order. Quoters can call (541) 883-6740 to have Representations and Certifications mailed or faxed. Quotes can be submitted in writing on Contractor's business letterhead to the above address or FAX to (541) 883-6709. Quotes will be accepted at the above address until close of business, September 23, 1997.< < (0255)

Loren Data Corp. http://www.ld.com (SYN# 0047 19970916\F-0003.SOL)


F - Natural Resources and Conservation Services Index Page