Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

F -- CANJILON WUI SRS THINNING & PILING - Package #1

Notice Date
9/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-3 SW Northern Zone, 2113 Osuna Road NE, Albuguerque, New Mexico, 87113, United States
 
ZIP Code
87113
 
Solicitation Number
AG-83A7-S-12-0042
 
Archive Date
10/2/2012
 
Point of Contact
Brian E Cooper, Phone: 505-346-3811, GABE ROMERO, Phone: 575-581-4554
 
E-Mail Address
becooper@fs.fed.us,
(becooper@fs.fed.us, /div)
 
Small Business Set-Aside
Total Small Business
 
Description
PACKAGE *****THIS IS A COMBINED SYNOPSIS SOLICITATION BIDS ARE DUE: SEPT. 17, 2012 @ 12:00 NOON MST B-3 The contractor shall provide a contract representative for the duration of contract work. The name of this person and an alternate(s) who shall act for the contractor when the contractor is absent shall be designated in writing to the contracting officer. The contractor representative or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contractor representative and alternate(s) must be able to read, write, speak, and understand English. B-4 Contract Time Requirement by Contract Item/Sub-item Item (or Subitem) 1 Estimated Beginning Date Within 10 days of contract award Contract Time 90 Calendar Days The Contractor shall maintain progress at a rate which will assure completion of work within the calendar time specified above. The Government will issue a Notice to Proceed as soon as weather and ground conditions are favorable for work. The count of contract time will start on the date contractor signs the Notice to Proceed. A pre-work conference will be held as close to the starting date of contract time. If fire danger becomes extreme, the thinning may be stopped until conditions become less severe. No days will be charged against contract time during this time period. Contract time will be suspended if rain and winter weather preclude access to the project area due to bad road conditions. B-5 Measurement The acreages were measured on a horizontal plane within the established boundaries. The Contractor may at any time after award but before final invoice is submitted, request remeasurement of any treatment area. The request will be made in writing. Remeasurement must be made within the established boundaries of the treatment area. If remeasurement indicates a variance of 5 percent or less from the acreages stated in the contract, the Contractor shall pay for the actual cost of remeasurement, and no adjustment shall be made in the acreage. If remeasurement indicates a variance greater than 5 percent from the acreages stated in the contract, payment will be based on the remeasured acreage, and the government will pay for the remeasurement. After inspection of completed acreage, the Contracting Officer will calculate the pay rate. The pay rate will be calculated by multiplying the inspection percentage times the contract unit price per acre. When the per cent of satisfactory thinning is 90 per cent or greater, payment will be made at the contract unit price. Pullback, lopping and scattering of slash will be considered incidental to thinning and no separate payment will be made. The area will be thinned in an orderly manner to facilitate inspection and calculation of partial payments. The contractor may choose his starting point against the boundary and may proceed in the direction of his choice. However, the contractor will not be permitted to move to a new starting point and leave unthinned areas between completed areas. The order in which units are thinned will be determined by Contracting Officer or his/her representatives. B-6 Cut Trees The average number of cut trees during thinning process is estimated to range from 200-800 trees per acre in units 1 & 2. The primary tree species to be cut is piñon pine and Rocky Mountain juniper. PART I - THE SCHEDULE SECTION C - DESCRIPTION OF WORK/WORK STATEMENT C-1.Scope of Contract This contract requires tree thinning, lop and scattering and piling of slash in addition to related work in compliance with its terms, specifications, and provisions. This includes furnishing labor, equipment, supervision, transportation, operating supplies, and incidentals except those items listed as government-furnished property. C-2. Location/Description Unit Number Township Range Sections 1 T.26 N. R. 4 E. 12 2 T.26 N. R. 4 E. 13 & 24 Bid Items Unit's 1 & 2 are accessed by traveling north from the city of Española on US 84 approximately 50 miles to the intersection of State Road 115 (see Exhibit 1 and 2). Travel approximately 1 mile east on State Road 115 to the Forest Service boundary. Access to thinning unit 1 is approximately 0.25 miles south of Highway 115 and the Forest Service Boundary. Access the unit by following the powerline corridor. Unit 2 is accessed by traveling approximately 2 miles east from the intersection of US 84 and Highway 115. Access Unit 2 by traveling approximately 0.1 miles north on FR 559E and taking a right on FR 559E2 and traveling approximately 0.3 miles to the unit. Both units are flagged with blue flagging. C-3. List of Specifications 3.1. Performance Standards Common To Unit 1 3.2. Selection Of Leave Trees The contractor shall select the trees to leave. Leave trees shall generally be those of the tallest height, largest crown, and straightest stems that are free of damage due to insects, disease, physical, or mechanical causes. If no healthy undamaged tree exists at the required spacing interval, trees with minor damage may be left. If no healthy tree with minor damage exists, all trees shall be cut. Thin conifers trees 1' tall to 12.0" Diameter at Breast Height (DBH)/ Diameter at Root Collar (DRC) from below, to an average spacing of 25'X 25'with a 25% variance (18'-31'). Vary spacing to leave the best trees and a clumpy appearance. Residual spacing is measured off all trees with the exception of snags. Leave all trees within groups where squirrel middens or squirrel nests occur. Use these trees towards spacing requirements. No snags shall be cut. Slash and products must be carried (not dragged) out of areas delineated with white or pink flagging or white paint. 3.3. Leave Tree Priorities The contractor shall select leave trees in the following order: 1. Free from insect, disease, or mechanical damage 2. Healthiest crown 3. Tallest tree 4. Straightest stem 5. Preferred leave species 1. Ponderosa Pine 2. Piñon Pine 3. Rocky Mountain Juniper 4. One-seed Juniper 3.4. Cut Tree Priorities The following trees shall be cut regardless of spacing: 1. All trees between 1 foot tall and 4.9" DBH/DRC that are infected with dwarf or true mistletoe, regardless of spacing. 2. All trees between 5.0" DBH/DRC and the maximum DBH/DRC of 12.0" with dwarf or true mistletoe infection ratings of 3-6 (see exhibit 3). 3. All trees up to the maximum DBH/DRC of 12.0" which have been severely defoliated: a. 12 inches or more of the tree top is dead or b. 75% or more of the tree's needles have been defoliated. 3.5. Peformance Standards Common To Unit 2 The contractor shall select the trees to leave. Leave trees shall generally be those of the tallest height, largest crown, and straightest stems that are free of damage due to insects, disease, physical, or mechanical causes. If no healthy undamaged tree exists at the required spacing interval, trees with minor damage may be left. If no healthy tree with minor damage exists, all trees shall be cut. Thin conifer trees 1' tall to 12.0" DBH from below to an average spacing of 20' X 20' with a 25% variance (15'-25'). Vary spacing to leave the best trees in a clumpy appearance. Residual spacing is measured off all trees with the exception of snags. No snags shall be cut. Do not cut "Witness Trees," "Bearing Trees," or trees marked as "Wildlife Trees." No snags shall be cut. Trees may be cut within areas delineated with white or pink flagging or white paint. Slash and products must be carried (not dragged) out of delineated areas. 3.6 Leave Tree Priorities The contractor shall select leave trees in the following order: 1. Free from insect, disease, or mechanical damage. 2. Healthiest crown 3. Tallest tree 4. Straightest stem 5. Preferred leave species 1. Ponderosa pine 2. Piñon Pine 3. Rocky Mountain Juniper 3.7 Cut Tree Priorities The following trees shall be cut regardless of spacing: 1. All trees between 1 foot tall and 4.9" DBH/DRC that are infected with dwarf or true mistletoe, regardless of spacing. 2. All trees between 5.0" DBH/DRC and the maximum DBH/DRC of 12.0" with dwarf or true mistletoe infection ratings of 3-6 (See Exhibit 3). 3. All trees up to the maximum DBH/DRC of 12.0" which have been severely defoliated: a. 12 inches or more of the tree top is dead or b. 75% or more of the tree's needles have been defoliated. 3.8 Stump Height - Removal Of Live Limbs Stump height shall not exceed 6 inches on the high side of the stump or 4 inches above natural obstacles. All felled trees shall be completely severed from the stumps. All live limbs below the stump height shall be removed, except when prevented by natural obstacles. Along roads, the high side of stump shall face toward the road where possible. 3.9 Piling Pile slash (existing and created) up to a mid-point diameter of 6". Piles shall be hand-piled. Piles should be 3 to 6 feet in diameter and 3 to 5 feet in height and at least 6 feet from drip-line of leave trees. All piles will be teepee style with smaller materials placed in the center of the pile and larger materials on the outside. Piles shall be constructed at least 10 feet from existing fencelines and shall not be piled on existing roads. Piles may be constructed next to oak thickets when possible. No piles may be constructed within areas delineated with white or pink flagging. All slash and materials must be hand-carried out of the site and piled outside of flagged areas. No piles shall be constructed directly under powerline, near powerline poles, or in drainage bottoms. 3.10 Bucking Slash created through the thinning process shall be bucked when necessary to meet piling specifications. 3.11 Lopping and Scattering All slash created as part of the thinning process will be lopped to a depth of 2 feet from ground level. Slash concentrations will be piled. 3.12 Slash Pull Back All created slash and materials will be pulled back 10 ft. from existing fencelines and roads. 3.13 Hang-Up Trees No cut trees shall be left hanging on leave trees. All hung up trees shall be brought to the ground. 3.14 Directional Felling Trees to be cut along fenceline will be felled so as not to land on existing fencelines. Contractor will be required to remove any trees that land on fencelines. Secondly, directional felling will be required along existing roads. Trees shall be felled away from road when safely possible. 3.15 Pruning When mistletoe infections are within 4 feet of the ground, the infected branches on the tree may be pruned off instead of felling the entire tree. C-4.Standard Definitions. Acceptable Quality Level (AQL) - The maximum allowable deviation from perfect performance that may occur before the Government will invoke payment deduction. An AQL does not allow a contractor knowingly to offer defective service, but limits reduced payment to circumstances in which defective performance results in a measurable reduction in the value of services rendered. Defective Service - A unit of service which contains one or more defects, or nonconformance with specified requirements. Performance Requirements Summary (PRS) - Identifies the key service outputs of the contract that will be evaluated by the Government to assure contract performance standards are met by the contractor. Quality Assurance.- Those actions taken by the Government to assure services meet the requirements of the technical specification. Contracting Officer's Representative (COR) - A Government person appointed by the contracting officer to help the contracting officer with contract administration and surveillance. Government Inspector. - A Government person responsible for surveillance of contractor performance. Quality Assurance Surveillance Plan (QASP) - An organized written document used for quality assurance surveillance. The document contains specific methods the Government will use to perform surveillance of the contractor. Quality Control - Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. Random Sampling - A sampling method in which each service output in a unit has an equal chance of being selected. C-5. Technical Definitions. The following definitions are provided to aid in understanding: Average Spacing - The average of the distances between all leave trees necessary to provide the desired number of leave trees per acre. Bole - Tree trunk or main stem of a tree. Bucking - Cutting the bole to specified lengths. Buffer - A wide strip of uncut trees separating or bordering sensitive areas such as streams or riparian zones. Co-dominant - Trees that are not as tall as dominants, with crowns receiving overhead light. They may be confined laterally by dominants and usually make up the main canopy with the dominants. Conifer - A cone-bearing tree with needles. Crook - A defect in trees, consisting of an abrupt curvature or bend. Crown - That portion of a tree which has green needles or leaves. Cut tree - Trees designated to be cut down. D.B.H. (Diameter Breast Height) - Diameter of the trunk measured at a point 4-1/2 feet above the ground level on the uphill side of a tree. DRC (Diameter root collar) - Diameter of the trunk of a tree measured at ground level. Damage - Includes any defect or deformity of a tree resulting from agents such as wind, snow, animals, insects, disease, and equipment, and evidenced by such things as dead or broken tops or trunks, crooks, and deep scars. Dominant - Trees that are somewhat above the general level of the canopy and are exposed to full sunlight from above and to a certain extent laterally. Excess Trees - Uncut trees that do not meet specifications and should have been cut. Excessive Damage - Contractor-caused damage to leave trees in excess of contract specifications. Excessive damage will include damage to the bole of the tree where the wood is exposed, broken out tops, root damage as evidenced by lean or splitting of the bole, and any tree pushed out of the soil. Existing slash - Debris created prior to work under this contract (both natural and as a result of previous operations). Girdling - A cut through the bark and cambium tissue completely encircling the tree trunk for the purpose of killing the tree. Hang-up Tree - Any tree with one end suspended more than 3 feet off the ground. Intermediate - Trees that are definitely subordinate in position receiving direct sunlight only through holes in the canopy. All trees of this class are subject to strong lateral competition. Leave Trees - Any tree that is selected or required to be left standing as provided in the specifications. Live-Crown Ratio - Percent of live crown in relation to the total height of the tree. Live Limb - A woody stem that exceeds 2 inches in length with green needles or leaves growing from the tree bole. Lopping - Cutting limbs and boles of trees to reduce depth of slash created by felled trees. Minor Damage - Crooks in the trunk which are offset less than 3 inches from the long axis and within 13 feet of the ground, no forks, broken top, or bark damage extending more than one-fourth of the circumference of the tree. Missing Leave Trees - Those trees cut that should have been left. Piling - Gathering and stacking of thinning slash into piles constructed and located as indicated by technical specification. Pull-back - Pulling thinning slash, by hand methods, back into thinned unit to clear roadway, drainage ditches, culverts, stream channels, trails, etc. Riparian - Vegetation bordering watercourses, lakes, bogs, and seeps. Roads - The area between the outside edges of the fill slope and back slope. Sanitation - The felling, pruning, or girdling of disease infected or disease susceptible trees to protect residual trees from infection. Scattering - Moving and rearranging of slash concentrations to achieve slash depth required in the contract. Shrub - A woody plant with no main stem which does not usually grow higher than seven feet (i.e., brush). Slash - Limbs and trunks of downed trees and brush. Spacing - The horizontal distance from the trunk of one leave tree to the trunk of the next nearest leave tree. Sweep - Gentle curve any where in the bole of the tree. Thinning - The removal of excess trees in order to accelerate growth on selected residual trees by reducing competition for soil moisture, nutrients, and sunlight. Thinning slash - Debris created from work under this contract, including all cut trees and shrubs (tops, trunks, branches). C-6 Inspections The Contracting Officer shall make periodic inspections. The Contractor or his representative is encouraged to observe the inspection and will receive inspection summaries upon request. C-6.1 Inspection Plot Size and Sample Procedure Plot size specified for this contract will be 1/20th acre (26.3 feet) circular plots. A series of plots distributed over the entire unit sufficient to yield at least a 1-percent sample of each unit shall be taken. Plot centers shall be marked and numbered. C-6.2 Inspection Quality Evaluation Each plot will be examined to record findings on the items listed below: 1. Number of leave trees that should have been left. 2. Number of trees that were left. 3. Number of missing leave trees. 4. Number of satisfactory leave trees. 5. Number of excess trees. Upon inspection of all plots for a unit, the quality of thinning shall be calculated as follows: 1.0 - (No. of missing leave trees + No. of excess trees) x 100 = Quality % (No. of trees that should have been left) C-6.3 - Rework and Reinspection After Rework When inspection results are below 90 per cent and excess trees constitute any part of the deficiency, payment will not be made until the excess tree deficiency has been corrected. Inspections after rework will be made in the same manner as the first inspection but on different plot lines. The Contractor shall pay for inspections necessitated by the rework. The COR or inspector may require the Contractor to rework any area that has not been thinned to specifications (for example, mistletoe infected trees that should have been cut or missed clumps of trees), even though the overall inspection for the unit may exceed 90 per cent. C-6.4 - Reinspection of Thinning Upon Contractor Request If the original inspection results are unacceptable to the Contractor a second inspection will be done. However, the inspection pattern will be shifted. If the inspection procedure shows less than 5 per cent variance from the first inspection, the Contractor shall pay the cost of the second inspection, and the result of the first inspection will be used in determining payment. Requests for reinspection must be in writing. PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS SECTION J - LIST OF ATTACHMENTS Exhibit 1 - Vicinity Map Exhibit 2 - Project Map Exhibit 3 - Mistletoe Rating Diagram Exhibit 4 - Fire Restriction Exhibit 5 - Evaluation Criteria Exhibit 3 The following procedure which uses Hawksworth's 6 class rating system will be used to rate dwarf mistletoe infections: Step 1: Divide the crown into thirds Step 2: Score each third No Infection = 0 Light Infection = 1 Heavy infection = 2 Light Infection - one-half or less of the total number of branches in the third infected. No prominent witches' brooms. Heavy Infection - more than one-half of the total number of branches in the third infected or one or more witches'brooms. Step 3: Add the 3 scores together to determine the mistletoe rating for that tree. Example: / \ - 0 / \ / o \ - 1 / \ / o o \ - 2 / o \ | | 0 + 1 + 2 = 3 The mistletoe rating for this tree is 3. Exhibit 4 FIRE PLAN The contractor shall be responsible for the cost of suppressing all fires caused by his operation, and for all damage to any property of the USDA Forest Service or third parties. The USDA Forest Service reserves the right to participate in extinguishing any fires caused by the contractor's operations and the contractor shall reimburse the USDA Forest Service for the cost of all suppression activities ordered or directed by the USDA Forest Service. The following requirements are a part of this solicitation and any resultant contract. 1. Fire Prevention - During periods of contract performance, fire requirements shall be met by the contractor. 2. Execution of Fire Plan a. Forest Service personnel involved will, in all cases, coordinate through the Contracting Officer's Representative (COR) except in cases of emergency or Forest closure. b. The contractor shall designate a fire plan representative who shall be responsible for executing and carrying out the fire requirements. c. The contractor shall include the fire requirements in all subcontracts. d. The contractor shall assure that all contract employees are informed of the existence and conditions of the fire requirements. 3. Compliance Inspection a. Inspection by the Forest Service will be made to insure compliance with the fire requirements. b. Should any deficiencies appear during the inspection, the contractor will be informed and the deficiencies shall be corrected within 24 hours. Activities with the potential to start fires shall be halted until the deficiencies are corrected and the corrections approved by the COR. c. The contractor's fire plan representative shall make daily inspections to insure that the terms of the fire requirements are met at all times. 4. Fire Pre-suppression Requirements a. Fire toolbox (1) During contract performance, the contractor shall furnish and maintain, at the contractor's expense, one fire toolbox at the campsite or some central location, as long as it is within ¼ mile of the location where the contractor is currently performing work. (2) The fire toolbox is to be maintained with tools in good condition in the following quantities for each five people in the contractor's work force. The equipment is for the sole purpose of firefighting. Four shovels, two axes, one Pulaski and five each 1-gallon canteens. Where needed, brush-hooks and McLeod tools may be substituted for shovels or axes. (3) The fire toolbox shall be replenished by the contractor after each incidence of fire use. b. Work Hours - The contractor shall restrict operations in accordance with the following emergency fire precaution schedule unless the COR waives the requirement in writing. Each day of operation when there is a predicted change in the fire precaution plan, the Forest Service will inform the contractor between 3 and p.m. MST (4 and 7 p.m. MDT). Notification will be made of the alphabetical industrial fire precaution plan (Exhibit 1) to be followed the next day within the local operating area. No later than 9 a.m. MST (10 a.m. MDT) the following day, the Forest Service will inform the contractor of any change in the fire precaution schedule. c. Blasting - Use of caps and safety fuse detonators for blasting is not permitted during periods when fire precaution plan C or D is in effect. A fire guard shall be required in accordance with the enclosed emergency fire precaution schedule. This individual, when required, shall remain on duty for at least 1 hour after blasting is finished. Minimum equipment shall consist of a round-pointed, size 0 or larger shovel and a 3 to 5 gallon backpack pump filled with water. Blasting hours are restricted under fire precaution plan C, and blasting is prohibited under fire precaution plan D. d. Welding - An area commensurate with the amount of welding to be accomplished shall be cleared before welding operations are started. Written permission must be obtained from the COR during fire precaution plan B, C and D. As a minimum, a 3 to 5 gallon backpack pump filled with water is to be available in addition to the vehicle fire extinguisher. The area in the immediate vicinity of the operation shall be wet down before and after operations. The area adjacent to the welding operations shall be thoroughly checked for fires for 1 hour after welding. e. Fire Guard - The contractor shall designate at least one representative to train and supervise each work crew in fire prevention, detection, and suppression. To prevent, detect, and suppress fires, the contractor shall provide a trained fire guard for projects involving internal combustion engines. The fire guard shall perform guard duties during operating hours. The fire guard may perform contract work in conjunction with fire guard duties. Each fire guard shall report all fires and take suppression action on any fire that starts on the project area. Each fire guard shall be equipped with a vehicle and a fire tool cache consisting of a fire cache box, two size 0 shovels, two Pulaski's, two McLeod tools, and two 4 to 5 gallon backpack pumps filled with water. All equipment and tools shall be maintained in serviceable condition. 5. Fire Suppression a. The contractor shall take independent action on the suppression of all fires in the work area or vicinity. Vicinity is defined as a ¼ mile extension from the operations area boundary. b. All forest fires shall be reported to the District Ranger's Office as soon as possible. Even though the fire has been suppressed by the contractor's crew, this report is required. The office and telephone number to which fires shall be reported will be furnished to the contractor prior to start of contract work. 6. Equipment Requirements a. All gasoline and diesel equipment (except turbocharged) used on the project shall be equipped with spark arresters approved in the Spark Arrester Guide, USDA Forest Service, April 1990. b. All internal combustion engines must be inspected before use on at he job and periodically thereafter by the Forest Service. Equipment not passing inspection cannot be used until repairs are made. c. Serviceable baffled mufflers with standard exhaust tailpipes are considered adequate on trucks, pickups, and sedans. d. Equipment service areas and gas and oil storage areas shall be cleared of brush, litter, debris, and grass for a radius of at least 50 feet. e. Each piece of motorized equipment not included in item f below shall be equipped with a round-pointed shovel and fire extinguisher. f. Fuel trucks, service trucks, and the work camp shall be equipped with a shove, DB axe, and class ABC pressurized chemical fire extinguisher of not less than 15 pounds capacity by weight. The shovels and fire extinguishers are in addition to those required for the toolbox (4. a.). These shall be furnished and maintained at the contractor's expense. g. All crawler tractors and rubber-tired equipment suitable for fire suppression work shall be prepared for nighttime use by mounting of brackets for portable, self-contained, battery-operated lights, provided by the Forest Service. h. Power saws shall be kept in a safe, serviceable condition at all times. Each power saw shall be equipped with an approved spark arrester/muffler system meeting the SAE J-335b standard. (1) The refueling of power saws shall be done on mineral soil and the saw shall be moved at least 10 feet from the point of refueling to another barren spot before being started. (2) Power saws with warm or hot spark arresters/mufflers (running or not) shall not be placed or rested on sawdust piles, litter duff, stumps or spots that are easily ignited. (3) Each power saw shall be accompanied by one round pointed shovel in good condition and a metal fuel-safety can. One chemical pressurized fire extinguisher, 8 ounces or larger, is too kept with the power saw operator at all times while working on the project. The shovel is to be kept with the fuel supply. 7. Smoking and Fires a. Smoking (1) No smoking shall be allowed while traveling, except on surfaced highways. A surfaced highway is any road that is oiled, graveled or otherwise paved. (2) Smoking is not permitted while working. Smoking is only permitted on breaks in areas having a clearing of at least 3 feet in diameter to bare soil. b. Fires - No warming, burning of debris, or cooking fires shall be permitted during periods of high or above fire danger except in designated places or by written permission. 8. Violations a. Violations of the smoking regulations {36 CFR 261.52(a) (c) (d)} and fire requirement will result in criminal action against the violator. The contractor shall advise all employees of this regulation. b. Violation or deficiencies of fire requirements shall result in immediate suspension of operations until the deficiency or violation is corrected. Repetitive violation will be grounds for default termination. 9. Historical Data - The following data on the Forest area involved is to be provided for the contractor's information. The data will be based on records for the past 10 years. Total fire season April 1 to September 20. Average number of days of Plan A 58 Average number of days of Plan B 35 Average number of days of Plan C 10 Average number of days of Plan D 12 EMERGENCY FIRE PRECAUTION SCHEDULE Predicted Preparedness Levels for the Industrial Fire Fire Danger Rating Area Precaution Plan 0, 1, 2 A 3 B 4 C 5 D Area closure proclaimed by the Forest Supervisor or Regional D Forester. Fire Precaution Plan Description A. Normal fire precautions. No fire guard required. B. Designated areas for smoking, Warming, and cooking fires require a written permit. Contractor shall provide fire guard unless relieved of this responsibility in writing by the COR. C. Shutdown from 12 noon until 8 p.m. MST (1-9 p.m. MDT) of all machine treatment of slash, blasting, welding, metal cutting, and clearing. No smoking, warming, or cooking fires permitted at any time. Power saws shall be shut down form 9 a.m. until 8 p.m. MST (10 a.m. to 9 p.m. MDT). Operations on mineral soil involving road excavation, watering, grading, surfacing, rock crushing and/or other equipment maintenance may continue. D. Shut down all operations, except operations on mineral soil involving road excavation, watering, grading, gravel surfacing and rock crushing may continue with aspecial Forest Service permit. Levels of Restrictions are defined as follows: Level I. Includes normal fire prevention programs and public awareness of pending fire conditions. Regional Forester's permanent orders on spark arresters and use of fireworks will be enforced. Fire plans in contracts and permits will govern operations of contractors and permittees. Level II. Restricts fires and smoking to developed camp and picnic grounds and other areas as authorized by permit. This restriction applies to all users including force account crews, permittees, and contractors, except for timber sale operators who are governed by the contract Emergency Fire Precaution Schedule, C7.22. Level III. Restricts fires, smoking, and chainsaw use except where authorized by a Forest Officer or by permit. This restriction also applies to all users including force account crews, contractors, and permittees except for timber sale operators, who are governed by the contract Emergency Fire Precaution Schedule, C7.22. Level IV. Area or total Forest Closure. Prohibits ingress and egress in affected zones except by written permit by an authorized Forest Officer. The Contract Emergency Fire Precaution Schedule C7.22 will govern timber Sale Contracts. Other Forest activities will be governed by the order signed by the Forest Supervisor. The following guidelines will be used to determine when restriction will be placed into effect. Level I, Staffing Levels 0, 1, 2, - EC 0-36(NFDRS Fuel Model K) Level II, Staffing Level 3, - EC 37-55(NFDRS Fuel Model K) Level III, Staffing Level 4 - EC 56-72(NFDRS Fuel Model K) Level IV, Staffing Level 5 - EC 73 + (NFDRS Fuel Model K) SECTION D-PACKAGING AND MARKING {For this Solicitation, there are NO clauses in this Section} SECTION E--INSPECTION AND ACCEPTANCE FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.246-4 Inspection of Services--Fixed-Price (AUG 1996) SECTION F - DELIVERIES or PERFORMANCE FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.252- 15 Stop Work Order (AUG 1989) 52.242-17 Government Delay of Work (APR 1984) F.1.2 - COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK (52.211-10)(4/84) The Contractor shall: (a) Commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed. (b) Prosecute the work diligently, and (c) Complete the entire work ready for use not later than the specified 45 calendar days after the date the Contractor receives the notice to proceed. The time stated for completion shall include final cleanup of the premises. F. 2 - DELIVERIES F.2.1. Contract Performance Time and Required Rate of Progress The Contractor shall maintain progress at a rate that will assure completion within the performance period. The minimum acceptable rate of progress will be calculated by dividing the total units of work for each item by performance time specified. F.2.2. Contract Time. (See Period of Performance definition). The Contractor shall start work promptly after receipt of a Notice to Proceed. The Contractor shall maintain progress at a rate that will assure completion within the stated contract time. The contract time specified in each Task Order will generally not exceed a required rate of progress exceeding that determined from the accepted work plan. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS FAR 52.215-5 Facsimile Proposals (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 505-346-3909. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document-- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal. (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timelines, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. FAR 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a firm fixed price contract resulting from this solicitation. EVALUATION FACTORS FOR AWARD Evaluation Factors For Award Award will be made to the offeror whose proposal is considered to be the best value to the Government, price and other factors considered. The Government intends to award this contract without discussions. Proposals will be evaluated based on the following factors. The sum of the non-cost evaluation factors, listed under the Technical Proposal, are approximately equal to the cost evaluation factor listed under the Price Proposal. A. Price Proposal Furnish prices for all items listed under Section B, Schedule of Items. No additional information will be necessary to determine reasonableness of price. Failure to furnish prices for every item may result with your proposal being rejected as non-responsive. B. Technical Proposal The following non-cost evaluation factors are listed in descending order of importance: 1. Community Development Also selected as a non-cost evaluation factor is Community Development. Offeror are to describe how they will effect community development e.g., local hiring - numbers, types of skills; subcontractors hiring - numbers, types of skills; local equipment rental - types; local suppliers; use of local restaurants, motels etc. Community Development will be evaluated as follows: Offers will be evaluated as to reasonable, responsible use of local resources given the nature of the work to be performed and the resources available in the local area. Community development will be considered less important in significance then price or past performance for evaluation. 2. Past Performance and References from last 3 contracts or other forms of employment Past performance is an indicator of the Offeror's ability to perform the contract successfully. This includes the quality of work and the ability to complete the work within the time specified and to the satisfaction of the Agency or Company contracting the work. The currency and relevance of the information provided the source of the information, the context of the information obtained and general trends in the Offeror's performance shall be considered. Quoter shall furnish a list of all contracts and subcontracts completed during the past three years (beginning with the current year and working backwards two additional years) and all contracts and subcontracts currently in process. • Provide if applicable - name and phone # of Contracting Officer for past contracts. • Name and phone # of Contracting Officer Representative or inspector for contract. • Manager/Supervisor name and phone for employment during past 3 years. • Name of Contract Type and activity and contract #. Note: The above information requested will enable us to evaluate your past performance in a fair, impartial, and objective manner. Offerors submitting incomplete past performance information risk not being evaluated completely In the case of a Quoter without a record of relevant past performance or for whom information on past performance is not available, the Quoter will not be evaluated either favorably or unfavorably on past performance. Basis for Award • Award may not necessarily be made to the offeror submitting the lowest offer. Also, the award may not be made for technical capabilities that would appear to exceed those needed for successful performance of the work. The Government reserves the right to make cost/technical trade-offs that are in the best interest of the Government. It is anticipated that the award will be made to the firm with the best value, considering costs, technical proposal, and technical capabilities. • The Government will award the contract to the offeror who (a) assents to the terms of the RFQ, and (b) has the best combination of community development proposal, experience, past performance, and price. Experience is a matter of the number of opportunities an offeror has had to do similar work and to encounter the kinds of problems that the contractor is likely to encounter in the performance of this contract. Past performance is a matter of an offeror's reputation for integrity and customer satisfaction. Quality control and the understanding of the work is a matter of the offeror's familiarity with the nature of the work and with the kinds of problems the contractor is likely to encounter during performance. • The non-price factors are approximately equal to cost or price. Award may be made without further discussions. Proposals should be submitted initially on the most favorable terms, from a technical standpoint, which the offeror can submit to the Government. However, the Government may, after evaluation of the proposals, conduct further oral or written discussions as appropriate with all offerors whose proposals are within the competitive range.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8d77c788c649a74ecb9a755055805674)
 
Place of Performance
Address: CANJILON, NM, CANJILON, New Mexico, United States
 
Record
SN02876427-W 20120913/120911235952-8d77c788c649a74ecb9a755055805674 (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.