SOLICITATION NOTICE
F -- Forestry Support Services for within the U. S. Army Corps of Engineers, Fort Worth District and the Southwestern Division
- Notice Date
- 9/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G12BPAFS
- Response Due
- 9/18/2012
- Archive Date
- 11/17/2012
- Point of Contact
- Crystal D. Labrecque, 817-886-1056
- E-Mail Address
-
USACE District, Fort Worth
(crystal.labrecque@.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 being requested and a written solicitation will not be issued. SUBJECT: FORESTRY SUPPORT SERVICES BLANKET PURCHASE AGREEMENT (BPA) FOR SWD, AND OTHER SOUTHWESTERN DIVISIONS. This is a combined synopsis/solicitation for Support Activities for Forestry Services within NAICS 115310 prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with the additional information included in this notice. This announcement is to solicit interest for the establishment of a BPA and constitutes the only solicitation; a separate solicitation will not be issued. Responses and quotes are requested. It is the intention of the Government to award up to three (3) Blanket Purchase Agreements (BPAs) to those firms who demonstrate they are capable of providing services as identified throughout this document. Issuance of actual call orders will be distributed evenly among BPA holders. This requirement is 100% set aside for small business concerns within the NAICS code 115310. The BPA duration will be for three years. The establishment of the BPA does not imply any agreement on the part of the Government to place future contracts or orders with the BPA holder. The Government makes no representation as to the number of calls or actual amount of work to be ordered. Interested firms must identify their interest and capability to respond to the requirements set forth in this solicitation to be considered for award of the solicited BPA's. The awarded BPA will be an agreement capable of fulfilling the requirements of performance work statement (PWS) through-out the period of performance. No calls will exceed $150,000.00. The aggregate agreement amount will be approximately $1,800,000.00 for the total three-year duration for each BPA. This agreement amount is to be divided among the awarded BPA's based on the contractors ability to provide the requested services. INSTRUCTIONS TO OFFERORS: ALL QUOTES ARE TO BE IN ACCORDANCE WITH THE SPECIFICATIONS. Responses to this announcement must include: (1) a cover page with your firms name, CAGE code, federal tax identification number, and DUNS number. (2) past performance information from a minimum of three relevant similar projects using the form NAVFAC/USACE PPQ-0 which is attached at the end of this synopsis/solicitation. (3) completed pricelist (see attachment 1). Quotes must be submitted in an electronic format via email. No hardcopy quotes will be reviewed. The Past Performance Questionnaire (PPQ)(NAVFAC/USACE PPQ-0) included in the solicitation is provided for the offeror or its team members to submit to 3 previous or current clients in which similar work is being performed. Ensure correct phone numbers and email addresses are provided for the client point of contact. Completed Past Performance Questionnaires should be submitted with your proposal. If the offeror is unable to obtain a completed NAVFAC/USACE PPQ-0 from a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the NAVFAC/USACE PPQ-0, which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, via email at Michael.v.johns@usace.army.mil prior to proposal closing date. Offerors shall not incorporate by reference into their proposal PPQs previously submitted for other RFPs. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Also include performance recognition documents received within the last 2 years such as awards, award fee determinations, customer letters of commendation, and any other forms of performance recognition. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS), including Contractor Performance Assessment Reporting System (CPARS), using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror's proposal, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror." BASIS OF AWARD: The award will be made to the firm(s) which provides the best value to the government. Proposals/quotes will be evaluated using the Lowest Price Technically Accepted (LPTA) method of evaluation. Factor 1 - Past Performance will be rated as Acceptable or Unacceptable, and Factor 2 - Price will be evaluated for fairness and reasonableness. Price is the most important factor; however, a firm must have an acceptable record of past performance to be considered for an award. All offerors must be registered in the Government's System for Award Management (SAM) at http://www.sam.gov The following Performance Work Statement sets forth the general requirements for BPA's providing Certified Forestry Support Services. PERFORMANCE WORK STATEMENT - FORESTRY SUPPORT SERVICES 1. GENERAL: This is a non-personal services contract to provide forestry support services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform forestry support as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2. Scope: This Scope provides the forest management requirements to FCMR, USAFA and CMAFS, as specified in each INRMP. The project areas are within the boundaries of 1): Fort Carson Military Reservation; 2) Pinon Canyon Maneuver Site; 3) USAFA; 4) Farish Recreation Area and 5) Cheyenne Mountain Air Force Station. Contractor(s) would be reimbursed at direct cost for labor, materials, and related costs under the conditions set forth herein. All work will terminate when funding is depleted. The Contractor(s) will be responsible for planning labor, travel, and equipment costs so that expenditures for reimbursement do not exceed available funding. Unless otherwise specified under task description, tasks requiring lop and scatter slash treatments will have slash scattered to a depth not to exceed 8", and pulled away at least 50' (or out of sight if a lesser distance) from trails or roads. All tasks requiring slash chipping will have chips spread over up to 50% of the ground, to a depth not to exceed 3". Chips will not be spread in improved grassy areas, or within 30' of a paved road. Chips may be removed from site if preferred by Contractor. As an alternative to wood delivery to the installation woodlot, the operator may purchase merchantable wood (4" diameter and larger) at the installation's current rate. Off-road vehicle access to any job site must be authorized in advance by the designated Natural Resource representative for each installation. 1.2.1 Bark Beetle-Infested Tree Removal and Treatment. This requirement includes felling and treating beetle-infested trees, including mountain pine beetle (MPB) and the pine engraver "Ips" beetle. This is in accordance with FCMR Forest Management Objective #3: Protect the forest resource from insects and disease; USAFA Forest Management Objective #2: Aggressively manage against mountain pine beetle (MPB) to prevent widespread tree mortality through annual field surveys and treatment of infested trees before beetle emergence; and CMAFS Objective #2: Maintain forest health to minimize tree mortality from insects. The number of trees to be removed will depend upon the number of trees currently infested. The Contractor(s) will provide the necessary expertise and equipment to safely cut down designated trees and treat the tree stems to prevent insect brood dispersal and treat slash as specified. The Contractor(s) proposal for reimbursement shall be designated on a per-tree basis by dbh size classes of 1-6", 6.1-12"; 12.1-18", 18.1-24", and 24"+, for each category below: A. Haul wood back to woodlot: Merchantable wood will be delivered to woodlot, with infested portions placed in designated area of woodlot. Slash will be chipped and spread B. Debark tree in the field: This applies to trees that are inaccessible by vehicle. Trees will be cut, with infested portions debarked onsite. All slash will be lopped and scattered and placed in the sunniest location possible (with a maximum distance to drag slash at 50'). 1.2.2 Tree De-barking for Bark Beetle Control. This activity reduces risk of bark beetle spread, in accordance with USAFA Forest Management Objective #2: Aggressively manage against mountain pine beetle (MPB) to prevent widespread tree mortality through annual field surveys and treatment of infested trees before beetle emergence. Bark would be removed from beetle-infested trees in the Natural Resource woodlot. The Contractor(s) will provide the necessary expertise to remove bark from trees designated by a Natural Resource representative. Hatchet and log wizard attachment will be provided by the government. If used, chainsaw must be provided by Contractor. The Contractor(s) proposal for reimbursement for this task shall be designated on a per-tree basis by dbh size classes of 1-6", 6.1-12"; 12.1-18", 18.1"-24"; 24"+. 1.2.3 Roadside Tree Removal. This requirement includes removal of dead or dying trees that are visible from roads, in accordance with USAFA Forest Management Objective #7: Inventory roads, trails, campgrounds and other high-use areas, and remove hazardous trees. Designated trees will be removed as soon as practical to improve visual quality and forest health along roadsides. The Contractor(s) will provide the necessary expertise and equipment to safely cut down tree, chip and spread slash, and haul merchantable wood to the installation woodlot. The Contractor(s) proposal for reimbursement shall be designated on a per-tree basis by dbh size classes of 1-6", 6.1-12"; 12.1-18", 18.1-24", and 24"+. 1.2.4 Dead Tree Felling. This requirement includes removal of dead trees that can be left in place, in accordance with USAFA Forest Management Objective #7: Inventory roads, trails, campgrounds and other high-use areas, and remove hazardous trees. The Contractor(s) will provide the necessary expertise and equipment to safely cut down designated dead trees and leave them on the ground, and lop and scatter slash. The Contractor(s) proposal for reimbursement shall be designated on a per-tree basis by dbh size classes of 1-6", 6.1-12"; 12.1-18", 18.1-24", and 24"+. 1.2.5 Recreation Area Hazard Tree Removal. This requirement includes the removal of dead, dying or otherwise hazardous trees within improved or semi-improved areas. This is in accordance with FCMR Cantonment Management Objective #4: Manage natural resources occurring within the cantonment area; USAFA Forest Management Objective #7: Inventory roads, trails, campgrounds and other high-use areas, and remove hazardous trees; and CMAFS Objective #1: Manage forests to protect the structural integrity of the perimeter fence line. Removal of these trees will generally be more difficult than in sections 5.2 or 5.3, as they will be in proximity to infrastructure such as campsites, buildings, fences, etc. The Contractor(s) will provide the necessary expertise and equipment to safely cut down trees marked for removal to ground level, chip slash, and haul merchantable wood to the installation woodlot. The Contractor(s) proposal for reimbursement shall be designated on a per-tree basis by dbh size classes of 1-6", 6.1-12"; 12.1-18", 18.1-24", and 24"+. 1.2.6 Ponderosa Pine Restoration Thinning. This requirement implements forest thinning treatments in ponderosa pine stands. This is in accordance with FCMR Forest Management Objectives #3: Determine a level of forest density that maximizes ecosystem health and function, while providing for military training requirements for concealment and realism and #8: Use thinning on Fort Carson to remove diseased trees and reduce fuel loading; USAFA Forest Management Objective #1: Manage 150 acres of forest annually at the Academy and Farish to improve forest health and reduce wildland fire fuel hazard through thinning, individual tree selection and sanitation salvage; and CMAFS Objective #7: Proactively manage installation forest resources for the betterment of forest health, aesthetics, wildlife habitat, biodiversity and overall ecosystem enhancement. The Contractor(s) will provide the necessary expertise and equipment to safely thin the designated stands to the prescribed basal area density, treat slash as specified, and haul merchantable wood to the installation woodlot or an approved location. The Contractor(s) proposal for reimbursement for this task shall be designated on a per-acre basis, with separate bid proposals for chip versus lop and scatter slash treatments. 1.2.7 Mixed Conifer Forest Thinning. This requirement implements forest thinning treatments in mixed conifer forest, which are generally steeper and more densely stocked than lower elevation ponderosa pine stands. This is in accordance with FCMR Forest Management Objectives #3: Determine a level of forest density that maximizes ecosystem health and function, while providing for military training requirements for concealment and realism and #8: Use thinning on Fort Carson to remove diseased trees and reduce fuel loading; USAFA Forest Management Objective #1: Manage 150 acres of forest annually at the Academy and Farish to improve forest health and reduce wildland fire fuel hazard through thinning, individual tree selection and sanitation salvage; and CMAFS Objective #7: Proactively manage installation forest resources for the betterment of forest health, aesthetics, wildlife habitat, biodiversity and overall ecosystem enhancement. The Contractor(s) will provide the necessary expertise and equipment to safely thin the designated stands to the prescribed basal area density, treat slash as specified, and haul merchantable wood to the installation woodlot or an approved location. The Contractor(s) proposal for reimbursement for this task shall be designated on a per-acre basis, with separate bid proposals for chip versus lop and scatter slash treatments. 1.2.8 Pinon Juniper Woodland Thinning. This requirement implements forest thinning treatments in pinon juniper woodland forests. These areas may also contain ponderosa pine and Gambel oak, and are located on FCMR and PCMS. This is in accordance with FCMR Forest Management Objectives #3: Determine a level of forest density that maximizes ecosystem health and function, while providing for military training requirements for concealment and realism and #8: Use thinning on Fort Carson to remove diseased trees and reduce fuel loading. The Contractor(s) will provide the necessary expertise and equipment to safely thin designated stands to the prescribed trees per acre or spacing, as marked by the FCMR Natural Resource representative. Contractor will treat slash as specified, and haul merchantable wood to the installation woodlot or leave on site if approved. The Contractor(s) proposal for reimbursement for this task shall be designated on a per-acre basis, with separate bid proposals for chip versus lop and scatter slash treatments: A1. Hand Thinning with Lop and Scatter Slash Treatment: Trees and shrubs to be cut will be removed by chainsaw. Slash will be lopped and scattered on site. A2. Hand Thinning with Chipping Slash Treatment: Trees and shrubs to be cut will be removed by chainsaw. Slash will be chipped and spread on site. B1. Mechanical Thinning: Trees to be cut will be removed primarily with equipment such as a hydro-axe. Some hand-thinning may also be included. Slash will be lopped and scattered on site. B2. Mechanical Thinning: Trees to be cut will be removed primarily with equipment such as a hydro-axe. Some hand-thinning may also be included. Slash will be chipped and spread on site. 1.2.9 Timber Stand Improvement. This requirement implements timber stand improvement projects that focus on enhancing health and vigor of young forest stands, with tree size to be cut generally be less than 8" dbh. This treatment may take place naturally regenerated forest or in pine plantations. This is in accordance with FCMR Forest Management Objectives #3: Determine a level of forest density that maximizes ecosystem health and function, while providing for military training requirements for concealment and realism and #8: Use thinning on Fort Carson to remove diseased trees and reduce fuel loading; USAFA Forest Management Objective #1: Manage 150 acres of forest annually at the Academy and Farish to improve forest health and reduce wildland fire fuel hazard through thinning, individual tree selection and sanitation salvage; and CMAFS Objective #7: Proactively manage installation forest resources for the betterment of forest health, aesthetics, wildlife habitat, biodiversity and overall ecosystem enhancement. The Contractor(s) will provide the necessary expertise and equipment to safely thin the designated stands to the prescribed basal area density, treat slash as specified, and haul merchantable wood to the installation woodlot or an approved location. The Contractor(s) proposal for reimbursement for this task shall be designated on a per-acre basis, with separate bid proposals for chip versus lop and scatter slash treatments. 1.2.10 Thinning of Dense Seedlings: This requirement focuses on scattered pockets of dense young regeneration. Competing trees will be removed to enhance health and growth of residual trees, which will be left at an approximately 6'-10' spacing, depending on size. This varies from Activity 5.9 (Timber Stand Improvement) in that these areas are not contiguous, and would thus be bid at a per-tree price. Tree to be cut will be primarily from 1' to 8' in height; with the largest, healthiest trees retained. This is in accordance with FCMR Forest Management Objectives #3: Determine a level of forest density that maximizes ecosystem health and function, while providing for military training requirements for concealment and realism and #8: Use thinning on Fort Carson to remove diseased trees and reduce fuel loading; USAFA Forest Management Objective #1: Manage 150 acres of forest annually at the Academy and Farish to improve forest health and reduce wildland fire fuel hazard through thinning, individual tree selection and sanitation salvage; and CMAFS Objective #7: Proactively manage installation forest resources for the betterment of forest health, aesthetics, wildlife habitat, biodiversity and overall ecosystem enhancement. The Contractor(s) will provide the necessary expertise and equipment to safely thin the designated stands to the prescribed spacing, and lop and scatter slash. The Contractor(s) proposal for reimbursement for this task shall be designated on a per-tree basis. There will be only one bid price, as all trees to be cut should be seedling or saplings. 1.2.11 Aspen Regeneration Clearcutting. This requirement is to clearcut small patches of aspen/mixed conifer forest at Farish to regenerate aspen, in accordance with USAFA Forest Management Objective #5: Monitor existing aspen harvest units...and create up to three additional acres of aspen regeneration units. The Contractor(s) will provide the necessary expertise and equipment to safely harvest the designated units, treat slash as prescribed, and haul merchantable wood to an approved location. The Contractor(s) proposal for reimbursement for aspen clearcutting shall be designated on a per-acre basis, with separate bid proposals for chip versus lop and scatter slash treatment. 1.2.12 Aspen Regeneration Unit Fence Removal and Installation at Farish. This treatment involves both removal of existing fencing around aspen harvest units, and installation of fencing around newly-established aspen units. This is in accordance with USAFA Forest Management Objective #5: Monitor existing aspen harvest units and remove fencing when appropriate...create up to three additional acres of aspen regeneration units. The Contractor(s) will provide the necessary expertise and equipment to remove existing field fence and supportive materials, and to install new fencing with materials supplied by the government. The Contractor(s) shall submit a bid proposal for removing existing fencing and for installing new 8' fencing, each designated on a lineal-foot basis. 1.2.13 Creating Defensible Space for Fire Protection. This requirement reduces vegetative fuel loads near high value properties and structures in accordance with FCMR Forest Management Objectives #4: "Protect the forest resource from insects and disease while ensuring fire is managed to conserve these valuable forest resources and #8: Use thinning to removed diseased trees and reduce fuel loading; USAFA Fire Management Objective #3: Survey developed areas for wildland fire defensibility, and improve defensible space by removing woody debris and vegetation in proximity to at least five structures or improvements annually; and CMAFS Objective #1: Manage forests to... minimize the risk of wildland fire. The Contractor(s) will provide the necessary expertise and equipment to safely cut down trees and brush to ground level, chip and spread slash, and haul merchantable wood to the installation woodlot or approved location. The Contractor(s) proposal for reimbursement will be on a per-acre basis. 1.2.14 Slash Disposal - Chipping. This requirement applies to chipping of logging slash left on site from past activities, in accordance with USAFA Fire Management Objective #4: Perform mechanical fuel hazard reduction to minimize risk of widespread fire. The Contractor(s) will provide the necessary expertise and equipment to chip slash and treat wood chips as specified. The Contractor(s) proposal for reimbursement for areas treated shall be designated on a per-acre basis. 1.2.15 Tree Planting. This requirement is to plant seedlings and install protective seedling tubes, in accordance with USAFA Forest Management Objective #4: Continue reforestation program by planting 500-1,000 tree seedlings annually; and Fire Management Objective #2: Perform restoration measures as necessary, including...reseeding and tree planting. The Contractor(s) will provide the necessary expertise and equipment to plant seedlings, install protective tubes around each seedling, and secure with bamboo stakes. Trees (one to two year-old), tubes and stakes will be provided by the government. The Contractor(s) proposal for reimbursement will be designated on a per-tree basis. 1.2.16 Tree Planting in Cantonment Area. This requirement is to remove dead trees and replace with tree saplings, in accordance with FCMR Cantonment Area Management Objective 4: Manage natural resources occurring within cantonment area. The Contractor(s) will provide the tree and necessary expertise and equipment to safely plant 2.5" ball and burlap seedlings from a list of approved species. Trees planted in irrigated areas will be incorporated into the existing system; trees planted in areas without irrigation will have drip systems installed by the Contractor(s). The Contractor(s) proposal for reimbursement will be designated on a per-tree basis, with separate bids for planting in irrigated versus non-irrigated areas. 1.2.17 Tree Pruning. This requirement involves removal of branches for fuel hazard mitigation, safety, disease control, aesthetics, or structural training. It is in accordance with FCMR Cantonment Management Objective #4: Provide guidance on pruning shrubs and trees...; USAFA Fire Management Objective #4: Perform mechanical fuel hazard reduction to minimize risk of widespread fire; and CMAFS Objective #1: Manage forests to...minimize the risk of wildland fire. The Contractor(s) will provide the necessary expertise and equipment to safely and properly cut limbs to avoid damage to the bole of the tree, and lop and scatter slash as specified. Contractor will be trained in and must adhere to proper pruning techniques. The Contractor(s) proposal for reimbursement shall be designated according to each sub-task: A. Individual Tree Pruning: Miscellaneous trees will be designated for pruning, primarily to address fire, disease control, safety and aesthetic issues. These will generally be larger scattered trees. Trees posing safety and fire concerns will have lower limbs removed to a specified height; individual limbs will be removed on trees with aesthetic issues; and diseased or insect-infested limbs will be removed to improve tree health. Slash will be lopped and scattered unless in close proximity to roads, trails or buildings, in which case it will be pulled at least 50' away, or out of sight if a lesser distance. Beetle-infested branches that are accessible by vehicle will be placed in dumpster or chipped; otherwise lopped and scattered and hauled to the sunniest location possible within 50'. Trees pruned to mitigate fuel hazard will have slash lopped and scattered and pulled away at least 10' from the edge of any tree crowns. The Contractor proposal for reimbursement shall be designated on a per-tree basis by dbh size classes of 1-6", 6.1-12"; 12.1-18", 18.1-24" and 24"+. B. Mistletoe-Infested Area Pruning: Most of these areas were partially harvested in the past. They are now young, fairly open stands, with a plurality of trees infected with mistletoe. The Contractor will prune all infected branches on salvable trees (trees with less than 50% of their crown not infected), and fell any trees up to 30' in height that are too heavily infested to salvage. Larger trees will be left for subsequent removal. Slash will be lopped and scattered, and pulled to the sunniest location possible within 50'. The Contractor (s) proposal for reimbursement will be designated on a per-acre basis. 1.2.18 Shrub Removal for Wildfire Fuel Hazard Mitigation. Requirement is to remove woody shrubs to reduce fuel concentrations and minimize the chance of a wildfire spreading to adjacent trees. It is in accordance with FCMR Forest Management Objective #4: Protect the forest resource...while ensuring fire is managed to conserve these valuable resources; USAFA Fire Management Objectives #3: Survey developed areas for wildland fire defensibility, and improve defensible space by removing woody debris and vegetation... and #4: Perform mechanical fuel hazard reduction to minimize risk of widespread fire; and CMAFS Objective #1: Manage forests to...minimize the risk of wildland fire. The Contractor(s) will provide the necessary expertise and equipment to safely clear Gambel oak and other woody shrubs from designated areas. There are three intensity levels for this project, as described below. The Contractor(s) proposal for reimbursement for each sub-task below shall be designated on a per-acre basis. A. Oak Shrublands: Shrubs comprise the predominant vegetation, with scattered trees. Some clumps of healthy oak or other shrubs may be marked to retain due to aesthetic or habitat concerns, but the bulk of the shrub component will require treatment. These areas will typically have a fair grass component, with shrubs generally comprising at least 50% of the stocking. B. Ponderosa Pine Forests with Oak Understory: Shrubs in this vegetation type are more scattered. Shrubs serving as ladder fuels to overstory trees or posing a fuel safety hazard due to proximity to roads will be removed. This will be a less intensive treatment, although more care must be exercised to minimize damage to trees. C. Re-treatment Areas: These areas were treated as oak removal units within the past ten years. As such, cutting intensity should be considerably less since shrub heights are much less than older, mature shrubs in previously untreated areas. D. Steep or Inaccessible Areas: Oak and other brush will have to be removed with chainsaw or other hand equipment in these areas, as they are not conducive to mechanized equipment. Oak clumps may be selectively thinned, or entire clumps may be removed, depending on the silvicultural prescription. These areas will generally be much more labor-intensive than A, B or C above. 1.2.19 Stump Removal. This requirement involves removing previously cut tree stumps to 2" below ground level, in accordance with CMAFS Objective 7: Proactively manage installation forest resources for the betterment of forest health and aesthetics... The Contractor(s) will provide the necessary expertise and equipment to grind stumps as specified. The Contractor(s) proposal for reimbursement for this task shall be designated on a per-inch basis, measured across the widest diameter of the stump. 1.2.20 Conifer Encroachment Restoration. This requirement involves removing conifer treesencroaching into grasslands in accordance with FCMR Forest Management Objective #1: Determine a level of forest density that maximizes ecosystem health and function... and USAFA Fire Management Objective 4: Perform mechanical fuel hazard reduction to minimize risk of widespread fire... The Contractor(s) will provide the necessary expertise and equipment to safely remove conifers invading into grasslands, and lop and scatter slash. The Contractor(s) proposal for reimbursement for this task shall be designated on a per-acre basis. 1.2.21 Forest Health Field Inventory. This requirement involves field surveys for bark beetle activity and other forest insect and disease problems, in accordance with USAFA Forest Management Objective #2: Aggressively manage against mountain pine beetle (MPB) to prevent widespread tree mortality through annual field surveys and treatment of infested trees before beetle emergence. The Contractor(s) will provide the necessary expertise and equipment to perform a comprehensive inventory of specified areas, mapping beetle-infested trees or other forest health concerns utilizing Global Position System (GPS) technology. The Contractor(s) proposal for reimbursement for this task shall be designated on a per-acre basis. 1.2.22 Forest Stand Exams. This requirement involves comprehensive field surveys utilizing the RMStand data collection program. Surveys will be conducted on forest stands mapped by a Natural Resource representative, in accordance with USAFA Forest Management Objective #2: Complete 1,000 acres of forest inventory annually. The Contractor(s) will provide the necessary expertise and equipment to complete a comprehensive inventory of specified areas and perform computer field data entry utilizing software provided by the government. The Contractor(s) proposal for reimbursement for this task shall be designated on a per-acre basis. 1.2.23 Urban Forest Tree and Shrub Inventory. This requirement collects field data on location and condition of trees and large shrubs within urban forest areas, in accordance with USAFA Grounds Maintenance Objective #1: Manage urban tree and shrub inventory...to prioritize management activities. The Contractor(s) will provide the necessary expertise to accurately map and assess tree species, size, health, condition, and cultural recommendations utilizing a field data recorder provided by the government. Contractor for this task must be an ISA-certified arborist with at least three years of experience in urban forest management in Colorado's Front Range. The Contractor(s) proposal for reimbursement will be designated on a per-tree (or shrub) basis. 1.2.24 Tree Marking for Forest Management Activities. This requirement involves marking trees with paint as specified by silvicultural prescriptions, in accordance with FCMR Forest Management Objective #8: Use thinning on Fort Carson to remove diseased trees and reduce fuel loading; USAFA Forest Management Objective #1: Manage 150 acres of forest annually at the Academy and Farish to improve forest health...and reduce wildland fuel hazard, through thinning, individual tree selection and sanitation salvage thinning and CMAFS Management Objective #2: Maintain forest health to minimize tree mortality from insects, disease, density-dependent mortality, and catastrophic mortality. The Contractor(s) will provide the necessary expertise to mark trees to be cut or retained in forest management activities, following detailed plans provided by a Natural Resource representative. Equipment (compass, relaskop or prism, etc.) and marking paint will be provided by the government. The Contractor(s) proposal for reimbursement for this task shall be designated on a per-acre basis. 1.2.25 Cone Collection. This activity provides seed from which to grow tree seedlings needed for reforestation, in accordance with USAFA Forest Management Objective #4: Continue reforestation program by planting 500-1,000 tree seedlings annually. This task would occur only sporadically, in years with good cone crops. Cones would be collected from trees that have been felled, generally for logging or land clearing purposes. Cones typically mature in late September and need to be collected within approximately one week of maturing, so this is a time-sensitive task. The Contractor(s) will provide the necessary expertise to collect viable cones from trees designated by a Natural Resource representative. Burlap bags, tags and ties will be provided by the government. The Contractor(s) proposal for reimbursement for this task shall be designated on a per-bushel basis. 1.3 Period of Performance: overall contract, one year from date of award with two (2) option years. 1.4 General Information 1.4.1 Quality Control The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. Contractor is to provide a Quality Control plan within 30 days of award of the BPA. After acceptance of the quality control plan the contractor shall receive the Contracting Officer's acceptance in writing of any proposed change to his QC system. 1.4.2 Quality Assurance: The Government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.4.3 Government Holidays: Contractor is not required to perform duties on Federal Holidays. New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.4.4 Hours of Operation: NA 1.4.5 Place of Performance: The work to be performed under this contract will be performed at: Fort Carson Military Reservation is a 137,000-acre installation located in El Paso County, Colorado near the city of Colorado Springs. The installation includes approximately 50,355 acres of ponderosa pine, oak, and pinon-juniper forest typical of the forest types found along the lower slopes of the Colorado Front Range. FCMR also includes the Pinon Canyon Maneuver Site (PCMS), a 235,896-acre maneuver area of which 39,960 acres is primarily pinon-juniper with small stands of ponderosa pine and aspen. PCMS is located 150 miles southeast of Colorado Springs in Las Animas County, Colorado. The Air Force Academy is an 18,455-acre installation located in El Paso County, Colorado near the city of Colorado Springs. The installation includes approximately 13,000 acres of ponderosa pine, oak, and mixed conifer forest typical of the forest types found along the east facing slopes of the Colorado Front Range. The USAFA also manages the Farish Recreation Area (Farish), a 655-acre high elevation parcel located five miles west of the Academy, with a forest type of primarily Engelmann spruce and aspen. Cheyenne Mountain Air Force Station encompasses 567 acres in El Paso County, of which approximately 480 acres are forested. Forest cover on CMAFS consists of mixed coniferous forests, dominated at lower elevations by ponderosa pine, with Douglas fir, white fir, oak and Rocky Mountain juniper also present. Douglas and white fir become dominant above about 7,500 feet elevation, with Engelmann spruce interspersed. Occurrences of deciduous trees, including plains cottonwood, narrow-leaf cottonwood, aspen, box elder, Siberian (Chinese) elm, and various willows are found at all but the highest elevations. Cottonwoods and willows are found near ephemeral streambeds and springs/seeps with greater available water. 1.4.6 Type of Contract: The government will award a Blanket purchase Agreement (BPA). Calls will be firm fixed price. 1.4.7 Security Requirements: All Contractors will comply with all security and Force Protection requirements identified by and as directed by the FCMR, USAFA or CMAFS Security Forces at time of the proposal submission, and must maintain the level of security required for the life of the contract. 1.4.7.1 Physical Security: The contractor shall be responsible for safeguarding all Government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.4.7.2 Key Control The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.4.7.2.1. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.4.7.2.2 Lock Combinations. The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor's Quality Control Plan. 1.4.8 Special Qualifications: Site Visit Coordination. All Contractors will schedule and coordinate with the installation point of contact listed in Section 7.0 prior to any on-site visit at a military installation. 1.4.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the Contracting Officer will apprise the contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.4.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor contractor's performance and notifies both the Contracting Officer and contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the contract. 1.4.11 Contractor Key Personnel: The following personnel are considered key personnel by the Government: Government Points of Contact (POCs) U S. Army Directorate of Public Works - Environmental Division Ms. Dawn Beall 1626 O'Connell Blvd, Bldg 813 Fort Carson, CO 80913 Phone: (719) 526-1667 Email: dawn.beall@us.army.mil U. S. Fish and Wildlife Service - Air Force Academy Field Office Ms. Diane J. Strohm USAFA/CEAN 8120 Edgerton Drive, Suite 40 USAF Academy, CO 80840-2400 Phone: (719) 333-3308; DSN 333-3308 FAX: (719) 333-9969; DSN 333-9969 Email: diane.strohm.1@us.af.mil U. S. Air Force - Cheyenne Mountain Air Force Station Mr. Dwayne Ray 721 MSG/CEAN 1 NORAD Rd, Bldg 101, Ste 206 Colorado Springs, CO Phone: (719) 474-3620; DSN 268-3620 FAX: (719) 474-2196; DSN 268-2196 Email: dwayne.ray.ctr@cheyennemountain.af.mil Air Force Center for Environmental Excellence Mr. Kevin Porteck HQ AFCEE/TDNQ Lackland AFB, TX 78235 Phone: (210) 395-8407; DSN 969-8407 E-mail: kevin.porteck@us.af.mil The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.4.12 Identification of Contractor Employees "Identification of Contractor Employees in the Federal Workplace (Aug 2008): (a) The contractor shall provide each of its employees who will be involved in the performance of the contract, on a Government facility, with an identification (ID) badge. The ID badge shall clearly display the contractor's name and the employee's name and color photograph. The Contracting Officer or his/her designee shall approve the ID badge before the commencement of contract performance. It is the contractor's responsibility to ensure that all contractor personnel wear the ID badge at all times when performing work under this contract at a Government facility. Unless otherwise specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of their clothing and above their waist, except when safety or health reasons prohibit such placement. This requirement is in addition to any Government facility security provisions that require that a Government-issued security badge also be worn. (b) Contractor personnel shall clearly identify themselves to all attendees as a contractor employee before the commencement of meetings with Government or other contractor personnel. Contractor personnel shall clearly and immediately identify themselves as a contractor employee when placing, answering or participating in telephone/VTC conversations with Government or other contractor personnel. (c) When contractor personnel send e-mail messages from or to a Government-owned computer, they shall include a signature block that includes their employer's name and the employee's full name and e-mail address. (d) Each of the requirements set forth in paragraphs a-c above, must be included in all subcontracts at any tier." 1.4.13 Contractor Travel NA 1.4.14 Data Rights NA 1.4.15 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.5. GOVERNMENT FURNISHED ITEMS AND SERVICES: 1.5.1 The Government will prepare a Task Assignment Scope to implement prescribed treatments. The Task Assignment Scope will identify the areas prescribed for treatment and the intended forest composition and structure of the residual forest stand after treatment. 1.5.2 Flag and map the treatment area boundary for each activity, and identify the number of trees or acres as appropriate. Mark all trees requiring removal or retention with tree paint in accordance with the prescribed treatment. 1.5.3 Incorporate direction from installation wildlife managers and the USFWS to protect and enhance wildlife habitat through forest management activities. 1.6 CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 1.6.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 1.6.2 Review all Task Assignment Statements of Work submitted by USACE and notify USACE within 10 days if a proposal will be submitted pursuant to the Task Assignment. A Contractor has the option to reject any Task Assignment that the Contractor is not willing or able to perform. 1.6.3 Conduct a site visit to each project area specified in a Task Assignment SOW accepted for proposal. The Contractor shall clarify expectations of the Task Assignment SOW with the installation Natural Resource representative. 1.6.4 Advise the installation Natural Resource representative on the most economical combination of manpower and equipment necessary to achieve the desired forest condition prescribed in a Task Assignment SOW for all Task Assignments accepted by the Contractor. 1.6.5 Prepare a Task Assignment Proposal, within 15 days of receipt from USACE, for all Task Assignments accepted for implementation. The Proposal shall identify the mobilization, implementation, and overhead costs required to implement each Task Assignment, and agreed to by the installation Natural Resource representative, in accordance with the rates identified in this basic assistance agreement. 1.7 CONTRACTOR MANAGEMENT REPORTING (CMR) NA 1.8 APPLICABLE PUBLICATIONS (CURRENT EDITIONS) NA result in the non-payment of the invoice for the original work. 6.0 Contract Clauses FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Evaluation factors are past performance, pricing schedule. These evaluation factors will be evaluated in accordance with Clause 52.212-2. Clause 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. The following FAR Clause 52.219-14 applies to this acquisition. 52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for-- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. If you are not registered in the SAM, an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Quotes are due 18 September 2012 not later than 2:00 pm CST. POC: Crystal D. Labrecque, Contract Specialist (817) 886-1056 or email crystal.labrecque@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G12BPAFS/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Record
- SN02876572-W 20120913/120912000146-70682674ac3243f40f05feea489dcd05 (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 |