Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 9, 2001 PSA #2804
SOLICITATIONS

F -- FIRE CREW SERVICES

Notice Date
March 7, 2001
Contracting Office
US Department of Agriculture, Forest Service, Rogue River National Forest, 333 W 8th St, PO Box 520, Medford, OR 97501
ZIP Code
97501
Solicitation Number
Q10-01-20
Response Due
April 2, 2001
Point of Contact
POC Contracting (541)858-2225 or FAX (541)858-2220
E-Mail Address
enorthrop@fs.fed.us (enorthrop@fs.fed.us)
Description
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. The solicitation number is Q10-01-20 and is being issued as a Request for Quotations for an Indefinite Quantities type contract. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-21. This solicitation is set-aside for small business; the NAICS code is 115310 and the small business size standard is $5.0 million. Solicitation consists of one line item. Submit prices for: Crew Person (hourly rate); estimated hours are 12,000 (this is quantity for which prices should be submitted); minimum hours = 1,000; maximum hours=24,000. SCOPE OF CONTRACT -- FIRE CREW SERVICES The purpose of this solicitation is to acquire crew services for support and contingencies for prescribed fire projects. The contractor shall furnish all services, supervision, equipment, supplies, transportation and trained personnel to meet contract requirements. The Government will supply all plastic needed for covering piles. Crews may be used for preparation, firing, holding, patrol and mop-up of prescribed fire projects. To suppress wildfires, crewmembers may be hired as casual fire fighters and will be paid under the appropriate A. D. rates unless the contractor is signed up on a pre-season agreement for firefighting services or is covered under some other solicitation for wildland fire suppression services. Hours needed to suppress wildfires will not be counted against the estimated quantities listed in this solicitation. ACCESS TO WORK PROJECTS -- work will be located on the Siskiyou Zone and will be accessible over Forest roads by either standard two or possibly four-wheel drive vehicle. CONTRACTOR RESPONSIBILITIES -- The contractor shall furnish: (A) physically fit crew able to meet required aerobic capacity for ordered work -- each shall be red carded and carry a photo ID that shows scores from required physical testing (B) working supervisor, conversant in English language and able to act as contractor's representative (C) Flame Resistant Clothing which shall have the following qualities: 1) self-extinguish upon removal from a heat source. 2) Act as an effective thermal barrier by minimizing conductive heat transfer. 3) Shall not melt or shrink to any appreciable degree upon decomposition during exposure to high heat source. 4) Shall be manufactured from flame retardant treated cotton, FRT rayon, FRT wool, aramid (nomex), or other similar fabric. (D) Fire equipment for each Contractor-furnished vehicle consisting of: one fire extinguisher having a UL rating of at least 5BC; one long-handled, round-pointed shovel size 0 or larger; one double-bitted axe or Pulaski having at least a 36 inch handle. (E) Equipment -- Contractor shall ensure that each crew arrives with the number of tools specified per the following: 1) Hazel Hoes -- 3lb. Head w/36" handle -- 2 for 5 person crew and 8 for 20 person crew; 2) Pulaski -- 3 lb. W/36" handle -- 3 for 5 person crew and 10 for 20 person crew; 3) Shovel -- size 0 round point -- 2 for 5 person crew and 8 for 20 person crew; 4) Chain Saw -- 24" bar -- 2 for 5 person crew and 8 for 20 person crew; 5) 10 Person Belt First-Aid Kit -- 1 for 5 person crew and 2 for 20 person crew; 6) McCloud -- 1 for 5 person crew and 4 for 20 person crew; 7) Programmable Radio -- 1 for 5 person crew and 4 for 20 person crew. All tools shall be serviceable and in good condition. (F) Personal Protective Clothing -- each person shall have the following upon arrival: 1) Boots -- leather, lace-up type, minimum of 8" high w/lug type sole (steel toed boots are unacceptable); 2) Hard Hat -- plastic, class B, ANSI Z89.1 1986, OSHA approved, w/chin strap; 3) Leather Gloves -- 1 pair per person; 4) Goggles -- one pair per person; 5) Canteen -- quart size -- one per person required but two are recommended (must be full upon arrival); 6) Chaps and ear protection for each cutter. CREW REQUIREMENTS -- Numbers of crew and crew size required are as follows: 1) one crew of five people includes one supervisor; 2) one crew of 10 people includes one supervisor; 3) one crew of 20 people includes two supervisors. The size of crew(s) ordered by the Government will vary depending on the work project to be performed. ORDERING CREWS -- Crews will be ordered 12 hours in advance of need. Orders placed may be verbal or in writing. Authorized personnel will confirm verbal orders in writing via Work Order. Ordered crews may be cancelled 6 or more hours in advance of need w/out adjustment to contract. If cancellation occurs in less than 6 hours prior to scheduled report time, compensation will be at the rate of 2 hours per crew person. If cancellation occurs after arrival of crews to project, the Government guarantees 4 hours compensation per crew person. Should the Contractor (1) fail to provide ordered crew; (2) quit work early or leave work before release; or (3) fail to complete the project as specified on the Work Order, the contract may be considered in default, and the Contractor's right to work may be terminated. WORK SCHEDULE -- (1) The work schedule will be variable day, Monday through Sunday, as ordered by the Government. (2) Compensable time will begin upon arrival at the project site and will not include travel time, except that which takes place between projects during the same workday. (3) Compensable time will end at the project site when the Government releases the Contractor. (4) No overtime will be paid for unless specifically ordered by the Government. The Government will confirm all verbal orders for overtime in writing. If overtime is ordered, the Government will reimburse the contractor for the overtime premium the contractor is obligated to pay, provided the payroll records are furnished to substantiate the amount of the contractor's overtime obligation. (6) The Contractor or Government Representative is obligated to wait one (1) hour at the agreed upon meeting place should either party fail to arrive at the ordered time. Should the Contractor fail to arrive at the agreed upon meeting place within a 1 hour waiting time, it will be considered as failure to provide an ordered crew. WORK ORDERS -- The Government will issue Work Orders for the work to be performed in accordance with the work specifications. It will be the supervisor's duty to see that the work is performed in accordance with that direction. MEASUREMENT -- The number of hours worked and crew members working will be agree to by the Contractor and COR and the Government in writing at the end of each workday. This includes clock hours for start/stop times as well lunch breaks. PAYMENT -- (1) Payment will be made at hourly rate as quoted by Contractor; (2) Government ordered overtime will be paid in accordance with FAR Clause 52.222-4, Contract Work Hours and Safety Standards Act -- Overtime Compensation (7/95); (3) Partial hours worked will be paid in 15 minute increments computed at the applicable hourly rate. For this acquisition, Wage Determination No. 1977-0079 Revision No. 4 7/23/2000, is applicable. The appropriate classification is for Slash Pile/Burner with a rate of $7.99 per hour with fringes at $1.92 per hour. PERIOD OF CONTRACT -- This contract shall become effective on the date of award, estimated to be in 4/2001 and shall remain in effect until 4/30/02. The following provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items (10/2000); FAR 52.212-2 Evaluation-Commercial Items (1/99) Evaluation criteria as stated in paragraph a) of this clause are as follows: 1) Technical capability of the item offered to meet the Government requirement; -- subfactors include Qualifications and Experience of key personnel; 2) Past Performance w/subfactors of quality of service, customer satisfaction, business relations and key personnel, and timeliness of performance; 3) Price. Evaluation factors one (1) and two (2) above, when combined are approximately equal to price. All Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (8/2000) apply to this acquisition. The FAR clauses cited in this clause that are applicable to this acquisition are as follows: (a), (b) (7), (11), (12), (13), (14), (15), (18), (24), (c) (1), (2), (d), (e) (1), (5). Other clauses applicable to this acquisition are as follows: FAR 52.216-18 Ordering (10/95) w/such orders being issued from April 2001 though April 30, 2002; 52.216-19 Order Limitations (10/95) w/(a) at 200 hours, (b)(1) at 1000 hours, (2) at 1000 hours, (3) at 5 days; and 52.216.22 Indefinite Quantity (10/95) w/September 30, 2002 being the date after which no deliveries are required to be made by contractor; 52.242-14 Suspension of Work (APR 1984); 52.242-15 Stop Work Order (AUG 1989); 52.242-17 Government Delay of Work (APR 1984); 52.249.10 Default (APR 1984); 52.246-6 Inspection-Time and Material and Labor Hour (JAN 1986); Oregon Farm/Forest Labor Contractor License and Farm Labor Contractor Certificate of Registration; USDA-Forest Service, Pacific Northwest Region FIRE PROTECTION AND SUPPRESION R6-FS-6300-52 (Rev. 5/97) all apply to this acquisition. All FAR references can be located at http://www.arnet.gov/far/. All responsible sources may submit an offer, which shall include provisions at FAR 52.232-2 and 52.212-3 to the USDA Forest Service, Rogue River National Forest; PO Box 520; Medford OR 97501 by close of business, April 2, 2001. Send questions by FAX to 541-858-2220. SEE NUMBERED Note 1. ****
Record
Loren Data Corp. 20010309/FSOL003.HTM (W-066 SN50F5F4)

F - Natural Resources and Conservation Services Index  |  Issue Index |
Created on March 7, 2001 by Loren Data Corp. -- info@ld.com