Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
SOLICITATION NOTICE

99 -- CROP TREE RELEASE PROJECT ON 412 ACRES ON THE NANTAHALA NATIONAL FOREST, NORTH CAROLINA

Notice Date
7/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-8/SRS Eastern Administrative Zone, 200 WT Weaver Blvd., Asheville, NC, 28804, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-4568-S-07-0069
 
Response Due
8/14/2007
 
Archive Date
8/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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 requested and a written solicitation will not be issued. SITE VISIT IS SCHEDULED FOR AUGUST 1, 2007 AT 9:00 AM. ALL INTERESTED PARTIES SHOULD MEET AT THE WAYAH RANGER OFFICE. FOR DIRECTIONS OR INFORMATION CALL JOAN BROWN AT 828-369-6592 ext 426. (ii) This solicitation/synopsis reference number is AG-4568-S-07-0069 and is issued as Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 115310 with a $6.5 million size standard. (v) Contractor is to submit a price per acre for 412 Acres of Crop Tree Release on the Nantahala National Forest, Nantahala District, Macon County, North Carolina. (vi) Description of requirement: CROP TREE RELEASE PROJECT NANTAHALA RANGER DISTRICT NATIONAL FORESTS of NORTH CAROLINA DIVISION 100 - GENERAL SPECIFICATIONS 110 - Scope of Contract The purpose of this contract is to perform hand tool release of selected crop trees on 412 acres in order to ensure their ability to compete in the developing stand. In addition, grape and smoke vines competing with crop trees will be slashed and treated with a 50% triclopyr amine solution mixed in water. The contract areas are 10-16 year-old hardwood regeneration areas which were originally harvested by clearcutting or two-aged regeneration. The contractor will be required to select, designate, and release desired crop trees based on species, condition, and crown position. The ability to recognize and distinguish southern Appalachian hardwood tree species is imperative for the successful completion of this contract. Contractor shall furnish all labor, equipment, tools, transportation, supervision, and perform all work necessary to select and release individual trees by hand tool cutting. 120 - Description and Location The nineteen contract areas consist of sites with variable species, densities and diameters of trees, stems and brush. The areas are located within the boundaries of the Nantahala National Forest, Nantahala District, Macon County, North Carolina. Sixteen of the areas are on the Wayah part of the district, and 3 areas are on the Highlands part (see attached maps). The boundaries of the areas are unmarked, but are identifiable as previously clearcut boundaries from 10-16 years ago. Chart to be incorporated in award Refer to contract area maps for work locations. Maps to be given to Contractor at time of award. (See (xv) below) The terrain is moderate to steep. Hazards are (but not limited to) falls, cuts, rolling rock, falling limbs, crown breaks with potential for limb or top kick back, bee stings, poison ivy, lightning and slippery roads, snake bites, etc. No information will be furnished contractor (other than that listed here) pertaining to slopes, aspects, steepness, stand types and densities. 130 - Access Access guidelines will be provided by the Contracting Officer's Representative (COR). A contractor who is awarded a Government contract may be given certain access rights to closed roads. When a contractor is given access rights on a closed road for the completion of his contract, the contractor assumes responsibility for maintaining the road as closed. Access is not permitted for any other use, nor may access be conveyed to any other individual that is not directly involved in the completion of the contract. Access for activities, such as moss collecting, ginseng digging or hunting is not allowed. If the contractor is found to be in violation the contractor will be charged with a violation of federal regulations. Contractor will be required, at the direction of the COR, to stop operation of access vehicles during extended or excessive wet weather periods to reduce excessive gouging, rutting, and compaction of the soil. Any road or trail used by the contractor that is damaged by his operations shall be promptly repaired by him. 140 - Crew Organization 141 - The contractor shall provide a competent foreman or supervisor for each crew. The foreman or supervisor must be able to communicate with the COR or the designated inspector. For the purpose of this contract the FS will not consider anyone performing work as being a foreman or supervisor. The word "work" is defined as an action requiring the use of a cutting tool and performing release work. 142 - The crew size shall not exceed 5 persons. The foreman or supervisor shall be with the crew at all times while they are working. The contractor's foreman or supervisor will be responsible for work safety and quality performance of all crew members. 143 - Crew members shall not be separated or divided in a manner that the foreman or supervisor does not know their location at all times. 144 - Crew supervisors, crew foreman and all crew members performing crop tree flagging under this contract shall be able to identify all species listed in this contract. Contractor's employees that are performing crop tree flagging shall be tested for their knowledge of species identification as required in this contract. 145 - The contractor will maintain a crew that includes one supervisor knowledgeable in both the identification of hardwood tree species and in procedures for safe handling and application of pesticides. The contractor must ensure that workers use proper protective clothing and safety equipment required by labeling for the herbicide and application method, and must comply with the HERBICIDE SAFETY REQUIREMENTS described on the attached EXHIBIT 1 (to be incorporated at time of award). DIVISION 200 - TECHNICAL SPECIFICATIONS 210 - Work to be Performed For Areas 1-19, the contractor shall select and flag crop trees in accordance with Clauses 211 and 212, and manually release these selected crop trees in accordance with Clause 213. The contractor shall then slash and spray with herbicide all grape and smoke vines within five feet of the crop trees. 211 - Crop Tree Flagging To be incorporated at time of award 212 - Crop Tree Selection To be incorporated at time of award 213 - Crop Tree Release To be incorporated at time of award 214 - Vegetation not to be cut To be incorporated at time of award 214 - Cutting Methods To be incorporated at time of award 215 ? Grape and Smoke Vine Control Treatment To be incorporated at time of award 216 ? Government-Furnished Items The Government will furnish flagging for the contractor to flag the selected crop trees with. 217 - Contractor-Furnished Items The contractor will furnish all equipment needed to satisfactorily complete the job. Hand-held spray applicator bottles must be provided by the contractor. In addition, contractor must have a vehicle spill kit, consisting of the items listed on the attached EMERGENCY SPILL PLAN, in his vehicle at all times while herbicide is being loaded, transported, or used. 218 - License Requirements The contractor will comply with State of North Carolina regulations for licensing of pesticide applicators. Contractor will be responsible for full compliance with all applicable provisions of the EPA Agricultural Worker Protection Standard (WPS), 40 CFR Part 170. 219- Protection of Non-Target Species To be incorporated at time of award 220 - Stream, Lake and Reservoir Pollution Prevention To be incorporated at time of award 221 - Spill Protection Contractor will use every precaution necessary to prevent herbicide spillage in loading, transporting, pouring, and applying the herbicide. Contractor will at all times have available in vehicles transporting herbicide a spill kit consisting of items listed on the attached EMERGENCY SPILL PLAN To be incorporated at time of award 231 - Safety Contractor shall provide for and maintain safe working conditions at all times, including following the tool manufacturer's recommended operation and safety equipment specifications. Safety equipment includes, but is not limited to: shin guards, chaps, gloves, safety glasses, hard hats, ankle-covering lug-soled boots, and ear plugs. All pertinent OSHA Safety regulations and standards apply to this contract. Accepted safe practices shall be followed in performance of the work. The Contractor shall use safe tree felling practices and shall use EXTREME CAUTION in the felling of the trees in the contract areas. The Contractor?s emphasis during all operations will be on SAFETY FIRST in order to avoid personal injury. The Government will assume no liability in case of personal injury to the Contractor or his employees or subcontractors or damage to their equipment. The Contractor will be responsible for any damage done to Government equipment and/or fixtures by their employees and shall provide all replacements as appropriate at no cost to the Government. 241 - Protection of Trees The contractor shall use every precaution necessary to prevent damage to trees not designated to be cut. 243 - Protection of Improvements The contractor shall protect all trails, roads, ditches, fences and other improvements in the project area. Roads, trails, ditches, culverts, and cut banks shall be kept free of logs, slash and debris resulting from contract operations. 244 - Protection of Archaeological/Historical Resources The contractor, upon the discovery of suspected archaeological or historical materials, shall cease work in the vicinity of such materials and immediately notify the COR. 245 - Final Clean-Up Before final acceptance all trash, rubbish, and debris generated by contractor's operation shall be removed from National Forest Land. C-4 AUTHORIZED PERSONNEL The contractor, during the course of work, shall not permit entry into any FS areas by anyone other than the Contractor, his employees, and Government employees. C-6 QUALITY CONTROL PLAN The contractor shall prepare a Quality Control Plan pursuant to the requirements of the Statement of Work (SOW). This plan sets forth the procedures and guidelines that the contractor will use to assure that the work performed under the contract meets the requirements of the standards set forth for this contract. It shall include a work plan and schedule, demonstrate what the contractor will use for inspection processes and records, and shall also include a safety plan. The Quality Control Plan shall include weekly progress reports identifying areas that have been released using hand tools. C-7 PERFORMANCE ASSESSMENT METHODS Quality Performance Acceptable Quality Means of Negative Standard Level Measurement Incentives 100% of all designated 98% of all designated Verify Contractors? Rework at no cost to stems to be cut and leave. stems to be cut and leave inspection records for Government. adequacy; periodic Acceptance with Inspection a price reduction. Poor performance rating. C-8 QUALITY ASSURANCE PLAN ? CROP TREE RELEASE To be incorporated at award DIVISION 300 - INSPECTION AND ACCEPTANCE To be incorporated at time of award DIVISION 400 - MEASUREMENT AND PAYMENT 410 - Method of Measurement Contract area acreage is the acres of record for the unit. Acreage was determined by compass and chain survey or by dot gridding at the time of the original timber sale. Acreage is based on horizontal distances, and for the purpose of this contract is considered actual, not estimated acreage. 420 - Basis of Payment Payment will be made at the unit bid price for the number of acres completed and accepted. EXIHIBIT 1 HERBICIDE SAFETY REQUIREMENTS To be incorporated at award HERBICIDE SPILLS Contractor shall be responsible for all costs of damages, clean-up, and decontamination should a herbicide spill occur. If a spill occurs, every effort will be made to keep it from contaminating water and other off-site areas. The spill shall be cleaned up as quickly as possible, in accordance with the attached EMERGENCY SPILL PLAN. COR shall be notified immediately of any herbicide spill or accident. EMERGENCY SPILL PLAN (FSM 2109.12) To be incorporated at award (vii) Services must begin within 3calendar days of award and be completed within 365 calendar days. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be assessed electronically at this website: http://farsite.hill.aft.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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. Technical capability to meet the Government?s requirement ? Offerors shall complete and submit the attached experience questionaire. 2. Price - The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal. Offerors shall submit a price per acre and a total price for the 412 acres for this solicitation. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http://orca.bpn.gov (xi) FAR 52.212-4 Contract Terms and Condition ? Commercial Items; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 ? Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmation Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration: 52.225-1 Buy American Act ? Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement: FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-41 Services Contract Act of 1965 and Wage Determination 2005-2389, Rev 6, FAR 52.222-13, Restrictions on Certain Foreign Purchases (> $2,500) FARS 52.204-7004 ? Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov or call 1-800-334-3414) (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail or delivery by August 14, 2007 no later than 2:30 PM Eastern Standard Time. Quotes should reflect the solicitation number AG-4568-S-07-0069. (xv) Address questions or request for maps to Karen Welch at karenwelch@fs.fed.us or Barbara Adams at badams@fs.fed.us, or fax 828-257-4876. Please reference solicitation AG-4568-S-07-0069 in subject line of email address. For more business opportunities, visit http://www.bpn.gov EXPERIENCE QUESTIONNAIRE A. Past Performance History 1. List projects completed by your business within the last three (3) years which most closely relate to this type of work: Contract Administrator?s Amount Type of Project Administrator Phone Number Quantity 2. Have you failed to complete any projects in the last three (3) years? [ ] Yes [ ] No If ?yes?, list all contracts not completed, provide explanation of the circumstances, remedy of situation, and action taken to avoid recurrence. B. Technical Capability 1. Number of years this specific business entity has been doing this type of work. Number of years experience under a different business name doing this type of work. Name of business: 2. Key personnel. (List all personnel who will be working on this project.) Name Experience Doing this Type of Work 3. List supplies, tools, equipment, and facilities to be used. 4. Anticipated schedule and proposed daily production rate. 5. List firm?s contractual commitments running concurrently with the work contemplated by this solicitation. WD 05-2389 (Rev.-6) was first posted on www.wdol.gov on 07/10/2007 ****************************************************************************** ****************************************************************************** REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2389 William W.Gross Division of | Revision No.: 6 Director Wage Determinations| Date Of Revision: 07/05/2007 _______________________________________|_______________________________________ State: North Carolina Area: North Carolina Counties of Alleghany, Ashe, Avery, Buncombe, Burke, Caldwell, Cherokee, Clay, Graham, Haywood, Henderson, Jackson, Macon, Madison, McDowell, Mitchell, Polk, Rutherford, Swain, Transylvania, Watauga, Yancey _______________________________________________________________________________ To be incorporated at award http://www.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/.
 
Place of Performance
Address: US FOREST SERVICE, WAYAH RANGER DISTRICT, FRANKLIN, NC
Zip Code: 28734
Country: UNITED STATES
 
Record
SN01352949-W 20070728/070726220453 (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.