|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1999 PSA#2365United States Air Force, Direct Reporting Units, 10 ABW/LGC, 8110
Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315 F -- LOGGING OPERATIONS SOL F0561199Q2672 DUE 062499 POC Ronald
Hudgins, Contracting Specialist, Phone (719) 333-2965, Fax (719)
333-4404, Email hudginsre.lg@usafa.af.mil -- Ronald Hixson, Contracting
Officer, Phone (719) 333-2571, Fax (719) 333-4404, Email WEB: Visit
this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F0561199Q2672
&LocID=479. E-MAIL: Ronald Hudgins, hudginsre.lg@usafa.af.mil. This is
a combined synopsis/solicitation for commercial items 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; proposals are being requested and a
written solicitation will not be issued. This solicitation is issued
as a Request For Quote (RFQ), solicitation number F0561199Q2672. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-10. The Standard
Industrial Classification Number is 0851 and the business size standard
is $5M. The proposed purchase order is reserved for small businesses.
Women owned businesses are encouraged to submit quotes. The Natural
Resources Office, Air Force Academy intends to contract for extensive
logging operations, to include requirements for felling trees, limbing,
bucking, skidding, loading, hauling, brush disposal, scarifying,
waterbarring and seeding skid trails and landings in two predominately
unimproved units of forestlands totaling 85 acres in the Air Force
Academy, CO. Applicable forest areas are identified on a Project Area
Map, which is available upon request from the points of contact cited
below. The boundary of each timber stand to be cut is designated with
3 blue stripes that face into the unit. These boundary trees mark the
outer edges of the project area and will not be cut down or damaged in
any way. Trees within this boundary that are designated to be cut and
removed are those trees that do not have a blue paint stripe at around
4.5 feet up on the bole and a blue dot on the stump. All blue marked
trees are "leave" trees and will not be cut or damaged in any way. The
contractor shall cut stumps as close to the ground as possible. Stump
height shall not exceed 6" on the uphill side. STUMPAGE- the
contractor shall have the option to purchase merchantable wood products
removed from the project area at stumpage rates indicated below or
deliver same to Building 9030 for subsequent sale by the Academy
Forester. The contractor shall render stumpage payment checks to the
Academy Forester prior to removal of merchantable products from the
Academy. The payment schedule for merchantable material on a per unit
basis is as follows: Unit 1, 63 acres, total volume 252 cords, stumpage
due $8,064.00; Unit 2, 22 acres, total volume 88 cords, stumpage due
$2,816.00.. All forest products shall remain the property of the U.S.
Government until the products are removed from the Academy; i.e. until
the product is actually hauled through either the north or south gate.
Merchantable forest products are all portions of the cut tree that have
a merchantable value as determined by the Academy Forester. This
includes, but may not be limited to sawlogs and firewood. Sawlogs are
all logs that are at least 6" in diameter inside bark at the smalll end
and 8' long or longer with 33% or less defect due to rot, crook, sweep,
or other factors. All portions of felled trees that are 3" or greater
in diameter outside bark shall be removed from the Academy in any form
that is convenient and economical to the contractor. Slash, the woody
material that is less than 3" in diameter outside bark that results
from the contractor's operation, shall be disposed of, depending on the
location, as directed by the Natural Resources representative, as
follows: PILING- slash shall be hand piled or machine piled using a
bulldozer equipped with a brush blade. Sash piles shall be located so
that when they are ignited, residual trees will not be scorched or
damaged by heat. Piles shall not exceed 10 feet in height and shall be
kept smaller in areas of heavy residual trees. Dirt shall be kept to
an absolute minimum within all piles. A total of 20 acres will be piled
in the north sections of units 1 and 2. LOP AND SCATTER- slash shall be
lopped and scattered so that it lies no higher than 12 inches above the
ground. Trees shall be limbed to the tip and branches shall be cut so
the length is 3' or less. Slash shall be treated on a daily basis,
concurrently with felling operations. Attendance at one of two site
visits to be conducted on 16 JUN 99 and 17 JUN 99 is highly
recommended. Point of contact for scheduling a site visit is Mr. Jim
McDermott, 510th CES/CEVP, 719-333-8364. The contractor shall furnish
all labor, materials, tools, to include all OSHA required personal
protective equipment for logging crews, chain saws, pruning saws,
vehicles, and fuel, to conduct all operations connected with this
logging project. The contractor shall also have the following equipment
on site: one shovel for each person on the job site and one fire
extinguisher for each piece of motorized equipment on the job site.
Contractor will provide a rubber-tired skidder or tracked
machine(dozer) equipped with an industrial winch and a minimum of 100
feet of wire rope. Skidder or dozer must also be equipped with a front
blade. Mechanized logging systems, such as feller/bunchers, are not
allowed in order to prevent excessive damage to the residual forest.
All work required under this contract shall be conducted in an orderly,
professional, workmanlike manner. The contractor shall submit an
operating plan with his /her quote to include a start date, estimated
completion date, and an acknowledgement that all work shall be done to
the specifications in this synopsis/solicitation, and indicating if
merchantable wood products will be purchased at the stumpage rates
indicted above or delivered to building 9030. Each unit shall be
completed and all contract requirements approved by the Academy
Forester prior to beginning work in the next unit. All necessary
precautions shall be taken to protect the residual forest, streams, and
surrounding natural resources. The contractor shall pick up all trash
produced by employees on a daily basis and keep the job site clean at
all times. Damage Penalty -- A fine of $75 shall be assessed for each
residual tree that is excessively damaged by the contractor's
operation. The contractor shall exercise all precautions to prevent
wildfire. The contractor shall assist in the suppression of any
wildfire caused by contractor operations. LINE ITEM 0001: Quantity: 1
Job, Logging Operations, Unit Price: $__________. Extended Amount:
$__________. Period of performance for the logging operations is date
of award (on/about 01 JULY 99) thru 15 DEC 99 with the following
limitations. The Natural Resources Office may suspend or limit the
contractor's operation at any time in the event of excessive damage
occurring to the residual stand caused by the contractor's operations;
to the ground due to the presence of mud, snow, etc.; during periods
of extreme fire danger. IF the suspension is due to a naturally
occurring event, the number of days the operations is shut down shall
be added to extend the completion date up to 01 FEB 2000. The
contractor shall submit monthly invoices based on the estimated
percentage of work completed for each unit to 510th CES/CEPV, 8120
Edgerton Dr., Suite 40, USAF Academy, CO 80840, FAX # 719-333-3337 for
certification ofservices received by the Academy Forester and
subsequent submission to the paying office. ALERT: Vendors are STRONGLY
encouraged to use the Standard Form 1449 as the first page of their
offer/quote/bid and completely provide the requested data for all
blocks. If you choose NOT to use the Standard Form 1449, you are
cautioned to complete and provide with your written offer/quote/bid all
the data requested by FAR 52.212-1. Failure to do so may render your
offer/quote/bid as non-responsive and may eliminate you from
consideration for award. The clause at 52.212-1 applies to this
solicitation; however, no addenda applies to 52.212-1. The provision at
52.212-2 Evaluation -- Commercial Items applies to this acquisition
with all offers being evaluated against the following factors in the
descending order of importance: 1) Technical capability, 2) Past
performance, and 3) Price. Technical capability of the contractor shall
be evaluated to determine if the contractor's operating plan and
equipment meet the specifications set forth in this solicitation.
Technical capability and past performance will be rated using the
following system: 1) Does not meet the standard (-); (2) meets the
standard (0); and 3) Exceeds the standard (+). Past performance will be
evaluated to determine if the offeror has conducted logging operations
of similar magnitude, with similar terms within the past two years.
Offerors must provide with the proposal at least three (3) references
to illustrate this past performance for the purpose of evaluation.
Price will be evaluated for fairness, reasonableness, and completeness
as it relates to the items offered. Award will be made based on best
value to the Government. The offeror who has the best combination of +
and 0 signs on the evaluation scoring and is considered to be most
advantageous including price to the Government will be considered the
apparent awardee. Offers shall include a completed copy of the
provision at 52.212-3, Offeror Representations and Certifications --
Commercial Items, with its offer. The clause 52.212-4, Contract Terms
and Conditions -- Commercial Items, with the following addenda applies
to this acquisition: 53.232-23, Mandatory Information For Electronic
Funds Transfer Payment. The clause at 52.212-5, Contract Terms and
Conditions Required To Implement Statutes or Executive Orders --
Commercial Items applies to this acquisition. Additional FAR clauses
cited in the clause applicable to this acquisition are: (b)6,7,8,9;
52.222-41, Service Contract Act of 1965; and 52.222-42, Statement of
Equivalent Rates for Federal Hires. DFARS 252.212-7001, Contract terms
and conditions required to implement status of Executive Orders
applicable to Defense Acquisitions of Commercial Items, NOV 1995
applies to this acquisition with the inclusion of the following DFARS:
252.204-7004 (MAR 19980)-Required Central Contractor Registration.
Offers must be received NLT 3:00 pm Mountain Daylight Savings Time, 24
JUN 1999. at Operational Contracting Office, 8110 Industrial Drive,
Suite 200, USAF Academy, CO 80840-2315. Ronald Hudgins (719) 333-2965,
or Ronald Hixson, 719-333-2571 may be contacted for information
regarding this solicitation. Posted 06/09/99 (D-SN340840). (0160) Loren Data Corp. http://www.ld.com (SYN# 0037 19990611\F-0006.SOL)
F - Natural Resources and Conservation Services Index Page
|
|