Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2004 FBO #1069
SOLICITATION NOTICE

F -- Timber Sale Inspection Services

Notice Date
10/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Northern Region, P.O. Box 7669 200 East Broadway Regional Office, Missoula, MT, 59807
 
ZIP Code
59807
 
Solicitation Number
R1-05-02
 
Response Due
11/12/2004
 
Archive Date
11/27/2004
 
Point of Contact
Pecnick Sue, Purchasing Agent, Phone 406-329-3007, Fax 406-329-3536, - Christine Sopko, Procurement Technician, Phone 406-329-3242, Fax 406-329-3682,
 
E-Mail Address
specnick@fs.fed.us, csopko@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is R1-05-001 and this requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13. The procurement is 100% set-aside for small business. The North American Industry Classification System (NAICS) number is 115310- small business size standard is $6,000,000. The USDA Forest Service, P.O. Box 7669, Missoula, Montana 59807 intends to award a firm-fixed price Indefinite Delivery, Indefinite Quantity, Personal services contract for the acquisition of the following items. 1) Provide timber sale inspection services on active timber sale contracts on an as-needed basis. This will be based on a per hour quote. 2) Personal vehicle mileages, based on price per mile not to exceed federal travel regulations. During the period specified in FAR clause 52.216-18, ORDERING, the Government shall place orders totaling a minimum amount of $2,500, but not to exceed $50,000. STATEMENT OF WORK The intent of this contract is to provide timber sale inspections services on the national forests located within Region 1. The contractor will be assigned to the Region 1 Sale Preparation Strike Team and will assist with the assignments for which the team is mobilized. The Government is not obligated to order all of its requirements under this contract. The resultant awardee shall be familiar with Forest Service timber sale contract specifications and contract administration procedures, as well as the ability to maintain a professional relationship with timber sale contractors. Duties will be similar to Forest Service Handbook 2409.15, (Timber Sale Administration Handbook) for contract inspectors: 1. Inspect the timber sale contractor's work for compliance with contract specifications, drawings, and provisions. Notify the timber sale contract Contracting Officer (CO) of problems arising in securing compliance. 2. Notify the CO and contractor of deviations from contract requirements. 3. Notify the CO when the contractor fails to take corrective action. 4. Physically deliver Notice of Noncompliance to the contractor from the CO/COR. 5. Maintain contract Daily Diaries, Work Orders, and Inspection Records, and provide copies to the CO. 6. Keep record of quantity measurements for each contract item and provide copies to the CO in written format. 7. Chart project progress and compare to contract operation schedule. 8. Anticipate potential Contract Modifications and keep CO informed. 9. Arrange periodic conferences with the contractor or the contractor’s representative as needed. 10. Notify the CO of any safety hazards and deliver Suspend Work Orders issued by the CO if the hazards are not immediately corrected. 11. Provide on the job training to Harvest Inspectors assigned to timber sale contracts. GOVERNMENT-FURNISHED PROPERTY the Government shall provide the following items of Government property to the Contractor at (or prior to) the prework conference for use in the performance of the contract. This property shall be used and maintained by the Contractor in accordance with the provision of Clause 52.245-4, Government-Furnished Property (Short Form): The following Government-furnished property will be provided: All forms to document inspections, plastic ribbon, paint, survey rods, tapes, instruments, etc. needed to perform contract inspection. EFFECTIVE PERIOD OF THE CONTRACT The Notice to Proceed will be issued as part of each Task Order. All work ordered under this contract will be ordered prior to December 15, 2006. All ordered work shall be completed on or before the completion date specified in the individual Task Order. The effective period of this agreement is from the date of award through December 31, 2006. ADDITIONAL DELIVERIES OR PERFORMANCE REQUIREMENTS (a) Delivery and Performance Time. Start work dates and work completion dates shall be negotiated at the time the Task Orders are placed and will be listed in the appropriate locations on the Task Order. b) Days and Hours of Work. Actual days and hours of work shall be stated on the Task Order. (c) Location of Project Work. Actual location of ordered work will be stated on each Task Order placed. ORDERING PROCEDURES (a) Any services to be furnished under this agreement will be ordered by issuance of Task Orders by COR through Contracting Officer, Sue Pecnick. Telephone orders will be documented with a written order. (b) Initial contacts will usually be made by the COR on this contract. However, the Contractor shall not proceed with work prior to receiving a Task Order signed by the CO or obtaining a telephone confirmation and a Task Order number from those individuals specified. (d) All Task Orders are subject to the terms and conditions of this agreement. In the event of conflict between a Task Order and this agreement, the contract shall control. (e) If mailed, a Task Order is considered "issued" when the Government deposits the order in the mail. ORDER LIMITATIONS the maximum amount of the aggregate of all orders placed under this contract shall not exceed $100,000. METHOD OF MEASUREMENT An hour consists of 60 minutes of actual performance on authorized Government work including travel time from the specified beginning start work location to the timber sale contract projects and return. Hours of work and vehicle mileage shall begin and end each day at the Ranger Station specified on the Task Order unless another location is specified on the Task Order. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.204-7 Contractor Central Register 52-216.18 Ordering; 52.216-19 Limitations; 52.216-22 Indefinite Quantities; 52.232-3 Payment under Personal Service Contract; 52.246- 4 Inspection of Services-fixed price; 452.216-73 Minimum and Maximum contracts Quotes will be evaluated in accordance with FAR 13.106. The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforms to the RFQ, and is considered to be the best value to the Government. Award will be made to the offeror whose proposal is the best value for the Forest Service based on price and other factors. ***Vendors wishing to respond to this RFQ should provide the following: A response to the following questions. 1) Experience of Personnel, list your timber sale inspection experience. 2) Record of Past Performance, list all timber sale inspection or Contracting Officer training courses you have completed. Include name and location of these training courses, and any sale administration certifications you were awarded as well as from which Forest/Region. To evaluate past performance, offerors shall provide private, sate and/or federal government contacts including references name, number, project description and amount, problems encountered and/or overcome, and whether or not items were delivered in a timely fashion. The government reserves the right to make award on initial quotes with out discussions. 3) Current Obligations, list any current obligations or contracts which would run concurrently during the life of this contract. A price quote on company letterhead for the requested items showing unit price, delivery time if other than date specified above, payment terms, correct remittance address; past performance information, and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications--Commercial Items. Please review Clauses 52.212-1 and 52.212-4 that are also incorporated by reference. The Government will consider all quotes received by 4:00 p.m MDT, November 12 , 2004, mail to USDA Forest Service, P.O. Box 7669, Missoula, Montana 59807, Attn: Sue Pecnick. Invoices shall be submitted to: USDA Forest Service, P.O. Box 7669, Missoula, MT 59807. Please refer to Wage Determination No. 1994-2318, Revision No. 14, dated 07/26/2004. Full text of the FAR can be accessed on www.arnet.gov/far/ . Refer to Note # 1 in FedBizOpps. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-OCT-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/0343/R1-05-02/listing.html)
 
Place of Performance
Address: Regional Office Region 1 200 East Broadway Missoula, MT
Zip Code: 59802
Country: USA
 
Record
SN00700659-F 20041030/041028212647 (fbodaily.com)
 
Source
FedBizOpps.gov 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.