SOLICITATION NOTICE
F -- MECHANICAL MID-STORY CONTROL - Combined Synopsis/Solicitation
- Notice Date
- 4/28/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
- ZIP Code
- 24019
- Solicitation Number
- AG-55N9-S-16-0007
- Archive Date
- 6/15/2016
- Point of Contact
- Kathi J Barber, Phone: (740) 753-0906
- E-Mail Address
-
kjbarber@fs.fed.us
(kjbarber@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Inspection Report Wage Determination Maps Schedule of Items This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional infor-mation included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a RFQ for a performance based award. The documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. This procurement is set aside 100% for SMALL BUSINESS. The NAICS code is 115310 and the Small Business Size Standard is $7.5 MILLION. DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK DIVISION 100 - GENERAL SPECIFICATIONS 110-Scope of Contract. Contractor shall mechanically fell all stems between two to six inches Diameter Breast Height (dbh) of all red maple, sugar maple, yellow poplar, beech, sourwood, hackberry, musclewood, sassafras, sycamore, and blackgum in accordance with the specifications and provisions of the contract. Treatment areas are identified in the attached project area maps. The Government will furnish no materials, labor, or equipment unless specifically identified in the Government-furnished property clause (See Section 140 below). 120-Description and Location-See attached maps 130-Contractor Furnished Property, Services, Responsibilities and Obligations. The contractor shall furnish all equipment (except for that listed as Government Furnished Property), including chainsaw, labor, worker personal protective equipment (PPE), materials, transportation, supervision, and incidentals necessary to meet the requirement of this contract. 140-Government Furnished Property. The Government will provide the following item(s) of Government property to the Contractor for use in the performance of this contract. This property shall be used and maintained by Contractor in accordance with the provisions of the "Government Property" FAR clause contained elsewhere in the contract. (1) Wayne National Forest Vicinity Project Area map (Maps 1&2). (2) Topographic treatment unit maps (Maps 3-5) (3) Lawrence County Road Map. (Upon request) (4) List of local medical facilities and directions where an injured worker can be taken if necessary (at pre-work conference), and (5) Electronic PDF treatment area aps or electronic GIS shapefiles of treatment units. (Upon request) Data collected and reports prepared under this contract are the property of the USDA Forest Service. Data publication is prohibited without prior consent of the USDA Forest Service, Wayne National Forest and the USDA Forest Service reserves the right to edit any potential publications. The USDA Forest Service will be acknowledged in any publication using such data. DIVISION 200 - TECHNICAL SPECIFICATIONS 210-Scope of Work: Contractor shall mechanically fell all stems between two to six inches Diameter Breast Height (dbh) of all red maple, sugar maple, yellow poplar, beech, sourwood, hackberry, musclewood, sassafras, sycamore, and blackgum in accordance with the specifications and provisions of the contract. Treatment areas are identified in the attached project area maps. Treatment will be done between the contract award date and November 15th 2017. No standing trees marked with blue, green, orange, or yellow timber marking paint should be treated. 220-General Application Considerations. Forest Service personnel have marked treatment boundaries with pink and black striped flagging. Use of ATV's (light duty All-Terrain Vehicles) may be permitted on a case by case basis as agreed to between the Forest Service and the Contractor. If ATV's are used, prior to moving any ATV onto the job site, Contractor shall advise Forest Service of its cleaning measures and make the equipment available for inspection by the COR; each ATV must be free of seeds, soil, vegetative matter, and other debris that could contain or hold seeds. Equipment cleaning could be done at any commercial car wash facility or other facility with a high-powered water hose, but not at the contract site on national forest land. Stumps When trees are felled, the resulting stump must be six (6) inches or less measured from the ground, unless otherwise stated to the Contractor in writing by the Forest Service due to unusual circumstances. Sprouts (multiple stems) will be cut as close to the ground as possible. Trees must be completely severed from stumps. Woody vegetation will be cut in a manner which results in a flat stump. Angular stump cuts will not be allowed. Slash Disposal Slash created by the Contractor's operations shall be removed from the cleared area of road right-of-ways, ORV/horse trails, private land, seeps, and within 10 feet of the edges of firelines. No slash shall be left hanging in trees within 50 feet of roads, trails, and private land. All slash must be removed from well openings, oil/gas lease roads, and pipelines. Within 200 feet of designated horse trails, and 50 feet from edges of firelines, roads, and private lands; slash resulting from operations of this contract must be lopped to lie within two feet or less of the ground. Designations of these improvements are shown on each treatment area map. The Contractor is responsible for any damage to fences, oil/gas developments, pipelines, powerlines, and other improvements caused by their operations. 230-Resource Protection. Upon completion of work at each area and prior to moving to the next area, all trash, rubbish, and debris generated by the Contractor's operations shall be removed from National Forest land and properly disposed of. 240-Protection of Improvements. The Contractor shall take every precaution necessary to prevent damage to any improvement in or near the contract areas, i.e., roads, trails, ditches, firelines, fences, etc. The Contractor shall be liable for any damages caused by his operations and shall make repairs promptly. 250-Safety. It is the Contractor's responsibility to ensure that the work environment is safe for themselves as well as their employees. If the contractor feels that a requirement of this contract would place them or their employees in an unsafe environment, then work should stop on that area of work and the contractor should contact the Forest Service. Work on other areas of the contract that the contractor does not view as unsafe should continue. The Contractor or his Project Supervisor shall report all accidents or incidents associated with this contract to the Contracting Officer within 24 hours. This report shall contain description, cause, and future actions contemplated to avoid future occurrences. Accidents, as used throughout this contract shall mean destruction or substantial damage to any motorized vehicle, and minor, serious, or fatal injury to personnel. Incidents, as used throughout this contract shall mean any mishap, malfunction, or situation involving equipment or personnel, which results in a deviation from standard procedures or has the potential of resulting in an accident, injury, or death. 260-Timing and Operating Restrictions: Pine Creek Project Area: Treatment areas located in Attachment 3 cannot be treated before May 1, 2016. A prescribe burn is planned for these units in spring 2016. Bluegrass Ridge Project Area: The horse trail buffer (200 feet on either side of the horse trail) located in Attachment 4 (Bluegrass Ridge Project Area) must be treated within the time period of December 16th to April 14th of the contract performance period of this contract. In addition, contractor cannot do work accessed from the horse trail in this project area on Saturdays and Sundays of the following weekends (the last weekend in June and the weekend before Thanksgiving during the performance years of this contract) and on October 21, 2016. Equipment cannot be parked blocking the horse trail. For concern of spooking horses, chainsaws cannot be started within the horse trail buffer during the horse riding season from April 15th to December 15th during the performance years of this contract. DIVISION 300 - MEASUREMENT AND PAYMENT 310-Method of Measurement. Acreage listed in the bid schedule was determined by GIS for this contract is considered actual acreage. All areas within units will be treated except for inclusions of 1 acre or less. If the contractor requests a re-measurement of any unit and the results of the re-measurement show that the acreage is more than 15% different from original measurement, the Government will pay at the unit price for the number of acres shown on the re-measurement and the cost of the re-measurement itself. If, however, the re-measurement shows the acreage to be within the 15% allowable variation, payment will be for the original acreage for that unit and the contractor will pay for the cost of the re-measurement. The Forest Service will determine the method of re-measurement. The Forest Service will perform all re-measurements. 320-Basis of Payment. Payment will be made at the quoted unit price for the total number of acres satisfactorily completed and accepted. INSPECTION AND ACCEPTANCE A - Inspection Procedures. Forest Service inspection and acceptance of the work performed under this contract will be made following completion of the work and passing the contractors inspection process, as defined in the contractor's qoute package. USFS inspections shall be completed by the Contracting Officer's Representative (COR) or a designated inspector. Contractors shall notify the USFS within one week after treatment areas have passed contractor inspection. USFS personnel will have three weeks to inspect and approve treatments. A 1/20th of an acre fixed radius circle plot will be used for quality control and to quantify the effectiveness of treatment. One plot per five acres of area treated will be taken. Plots will be selected and placed randomly. Data will be recorded on attached Mid-story Control Inspection Report. B - Satisfactory Treatment. It is inherent that some trees will be missed or improperly treated, and some degree of allowance should be made for improper treatment when the area is otherwise considered satisfactory. Therefore, an area will be considered as satisfactorily treated if at least 95% of the designated trees in work area have been killed in accordance with the contract specifications, and less than 5% of the treated stems are desired, non-target species. PERIOD OF PERFORMANCE The period of performance for this contract is between award date and November 15th, 2017. All work shall be completed by November 1st, 2017 to allow adequate time for inspection of work. CONTRACT ADMINISTRATION DATA There is no formal site showing for this project, however, an inspection of the project area is permitted before submitting a quote. You may locate the project area via the attached maps or call Eddie Park at (740) 534-6534 for detailed directions to the project area(s). AGAR 452.215-73 Post Award Conference (Nov 1996) A post award conference with the successful offeror is required. It will be scheduled after the date of contract award and prior to beginning work on the contract. At this conference, the contractor will be required to submit a plan of work outlining the date work will begin. The plan should also include where and what order the work will progress. SPECIAL CONTRACT REQUIREMENTS AGAR 452.237-74 Key Personnel (FEB 1988) (a) The Contractor shall assign to this contract the following key personnel: Project Supervisor. (b) During the first ninety (90) days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial 90-day period, the Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 days prior to making any permanent substitutions. (c) The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the person being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes of key personnel. The following FAR clauses and provisions apply to this solicitation. Those that are incorporated by reference can be viewed in full text at http://www.acquisition.gov/far/ 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-7 System for Award Management (JUL 2013) FAR 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014) FAR 52.204-18 Commercial and Government Entity Code Maintenance (NOV 2014) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.204-13 System for Award Management Maintenance (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.212-1 Instructions to Offerors - Commercial Items (APR 2014) 52.212-2 Evaluation - Commercial Items (OCT 2014) The FS will award a performance based contract(s) resulting from this solicitation to the responsible offeror(s) whose offer, conforming to the solicitation, will be most advantageous to the FS. Price (completely filled out Schedule of Items) along with other factors are considered. The following technical factors shall be used to evaluate offer: 1. Past Performance: Provide a list and brief description of projects, similar in size and scope that you have performed over the past three years. Be sure to include the name of each firm, address, telephone number and point of contact for each project. Provide same information if you plan to utilize sub-contractors. 2. Technical Capability (Personnel Qualifications and Expertise) a) Provide a brief project proposal for how this work is planned to be completed. b) An inspection process/checklist used by the responsible staff or field supervisor, which is used to document that the work has been accomplished and meets the acceptable quality levels, per section E (defined as satisfactory treatment). c) Provide your company's information and brief resumes for key project personnel. Provide same information if you plan to utilize sub-contractors. 3. The Contractor shall provide a written safety plan that addresses worker safety. Provide same information if you plan to utilize sub-contractors. 4. Price. The Forest Service's source evaluation will be based on best-value principles. Accordingly, award will be made to the responsible Offeror whose quote provides the greatest overall value to the Government, price and other factors considered. This best-value determination will be accomplished by comparing the value of the differences in the technical factors for competing offers, based on their strengths, weaknesses, and risks, with differences in their price to the Government. In making this comparison, the Government is more concerned with obtaining superior technical capabilities than with making an award at the lowest overall cost to the Government. However, the Government will not make an award at a significantly higher overall price to achieve slightly superior technical capabilities. As technical scores become closer, price will become more important. Technical Factors are significantly more important than price. Only Offerors that demonstrate acceptable submission to the Government of all items will be considered for award. 52.212-3 Offeror Representations and Certifications - Commercial Items (MAR 2015) (Offeror must complete this certification online at www.sam.gov or print this clause in full, complete the appropriate blocks, and submit with your offer) 52.212-4 Contract Terms and Conditions - Commercial Items (DEC 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). X (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. X (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). __ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (JAN 2011) of 52.219-4. __ (13) [Reserved] X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. X (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Oct 2014) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). X (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). X (34) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-13. __ (37)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-14. X (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (39)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). X (41) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). __ (42)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (May 2014) of 52.225-3. __ (iii) Alternate II (May 2014) of 52.225-3. __ (iv) Alternate III (May 2014) of 52.225-3. X (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). X (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). X (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). __ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). X (7) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O.13495). __ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). X (10) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (Executive Order 13658). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212) (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (x) __(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). __(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-54, Employment Eligibility Verification (AUG 2013). (xiv) 52.225-26, Contractors Performing Private SecurityFunctions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (Executive Order 13658). (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) INVOICING The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). All invoices are to be submitted online via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Your company must register at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish an account in order to submit an invoice on this project. Offers shall be submitted to: Wayne National Forest 13700 US Hwy 33 Nelsonville, OH 45764 Attn: Kathi Barber All offerors must be registered in www.sam.gov in order to receive award. Obtaining a DUNS number and registering in SAM are free. The following will be attached to this combined synopsis as separate documents. 1) Schedule of Items (1 page) 2) Maps (5 pages) 3) Wage Determination No. 1981-1255 Rev. 42 (3 pages) 4) Inspection Report (1 page)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-55N9-S-16-0007/listing.html)
- Place of Performance
- Address: Wayne National Forest, Ironton Ranger District, Pedro, Ohio, 45659-8912, United States
- Zip Code: 45659-8912
- Zip Code: 45659-8912
- Record
- SN04098375-W 20160430/160428234559-8b5e4e2e9223ed01e992f43eaaddbf23 (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 |