Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2004 FBO #0915
SOLICITATION NOTICE

99 -- Wildland Urban Fuel Reduction Program

Notice Date
5/27/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
SER - National Park Service Contracting & Property Mgt. 100 Alabama St., SW Atlanta GA 30303
 
ZIP Code
30303
 
Solicitation Number
N5023040045
 
Response Due
6/9/2004
 
Archive Date
5/26/2005
 
Point of Contact
Sharon Y. Carson Contracting Officer 4045623163557 sharon_carson@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared by the National Park Service in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No N5023040045. is issued as a Request for Proposal (RFP) and will be awarded as single award contract . SITE VISIT will Be June 4 2004 @ 10:30 am . ALL perspective bidders are STRONGLY URGED to visit the site The North American Industry Classification System (NAICS) is 115310 the size standard is 15 million dollars. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-05. The solicitation item is as follows: Scope of Work: Kennesaw Mountain National Battlefield Park PROJECT LOCATIONS: Kennesaw Mountain National Battlefield Park is located in the Marietta Metropolitan area. Developed areas surrounding the park and in holding residential and industrial areas have developed into a Wildland Urban Interface sprawl. This has created the need to develop defensible fuel breaks to reduce wild fire threats to the park and adjacent properties. A fuel break 60 feet wide 38,280 feet long will be developed. The majority of the work will be conducted in the area of the union line, 16th Army Corp. In this area in particular there is a real possibility that unless the contractor is keenly aware of the earthworks near the areas affected; irreversible damage to the earthworks could be done in completing this contract. The contractor, along with the national park service historian will be responsible for marking the areas of tree work that will all be done by hand because of it's location on or near the earthworks. Special attention will have to be paid to these sensitive areas. Special conditions required in these areas will be described in the contract. New Fuel Break Locations and Lengths Hardage Drive-From roadway northeast 60 feet wide 5280 feet long. Approximately 1 mile in length. 7.2 acres White Circle Roadway-north and south of roadway 60 feet wide 6600 feet long. South for approximately ? of a mile to Old Highway 41 and north for approximately ? mile to Old Highway 41. 9 acres Gilbert Road-From road southwest 60 feet wide 5280 feet long stretching behind Hardage Farm subdivision. Approximately 1mile. 7.2 acres Old Mountain Road-northeast 60 feet wide 5280 feet long to a boundary markers behind Greymont subdivision. Approximately 1mile. 7.2 acres Cheatham Hill Road-working northwest 60 feet wide 5280 feet long to boundary marker. Approximately 1 mile. 7.2 acres Existing Fuel Break requiring rehabilitation, Locations and Lengths Hardage Farm Subdivision, from roadway north approximately 60 feet wide 3960 feet long. Approximately ? of a mile in length. 5.4 acres Hardage Trace Subdivision---Using the established fire road as a break, from Burnt Hickory Road clear approximately 30 feet on each side of the fire road until the road ends and then following the park boundary for a distance of approximately 1 ? miles to Dallas Highway. The existing fuel break is 60 feet wide 6600 feet long. 9 acres Park map is included with this specification detailing location where work is to be completed. SCOPE OF WORK: The contractor shall furnish all equipment, labor, materials, transportation, etc. necessary to remove approximately 52.2 acres of unnaturally heavy fuels accumulations at Kennesaw Mountain Nation Battlefield Park. The work of this contract will consists of removing hazardous trees/fuels build-up which pose a significant safety /fire risk to the public and private homeowners adjacent to the park. In designated areas all ground fuels within sixty feet of the Park boundary will be removed from the woodlands, bucked, and lopped to manageable lengths and moved from the 60-foot fuel brake. Trees and brush 6" in diameter or smaller will be cut flush with the ground and removed from the fuel break. Dead trees that are standing will be cut down and limbed completely. Trees that have already fallen will be reduced, limbed and laid on the ground. Where there are high concentrations of large dead trees that have been felled one on the other these will need to be reduced and scattered to prevent continuous large fire fuels. Pruning remaining trees in the fuel break requires branches to be cut at least ten feet from the ground this will interrupt the fire's path. Pruning cuts should be clean and smooth, avoiding flush cuts and stubs. All limb wood and slash may be chipped if contractor chooses this as a more cost effective method. In the event that a chipper cannot reach the area, limb wood and slash will be dragged into the interior of the park and scattered. With-in these locations are sensitive areas such as historic earthworks. The contractor is required to be keenly aware of the earthwork areas. National Park Service historian will mark all earthworks with-in the designated work area. Work in these areas will be sensitive as not to disturb the historical significance of these resources. Special care should be taken when cutting and removing trees and brush from earthworks. INSPECTION CONTROL OF WORK: An NPS representative will be available to make determinations on any questions of boundary location and tree/brush removal. Standing dead pine woody material of any DBH will be cut. Much of this will consist of dead pine trees killed by the Southern Pine Beetle. All limb wood less than 6 inches in diameter from cut material that is not removed may be chipped if the equipment can reach the site. All material cut under this contract, including logs, firewood, and merchantable pulpwood, shall become the property of the contractor. If contractor chooses removing vegetation and downed woody material from the park it must be disposed in an approved location. Much of the work area is not accessible by vehicle or heavy equipment. Accessibility issues will be discussed with NPS representative and a determination made as to what is accessible to equipment. For sections of the work site that cannot be reached by equipment, hand removal is required. Larger logs can be cut to manageable lengths and scattered with in fuel brake. Stump removal and grinding is not included in this contract. Any material that is chipped will be spread to avoid piles of chips/sawdust. PROJECT OVERVIEW BACKGROUND: Objectives: 1. Reduce fuel accumulation along the boundary between the Park and subdivision in order to provide adequate defensible space to lessen the risk of wildfire. 2. Remove heavy concentrations of storm damaged and pine beetle killed fuels from areas adjacent to subdivisions and park motor roads. PROJECT REQUIREMENTS: 1. Cutting restrictions -dead standing timber of any size with-in 60-foot fuel break will be cut and removed as allowed in scope of work. 2. Equipment restrictions - equipment will be of size and durability to cut, chip and haul woody materials removed from area. Any equipment used along the wood line shall be low impact type and be used in a manner to restrict damage to the areas. NO roads or other accessibility points shall be constructed no matter how temporary in nature. 3. Hauling restrictions: Units shall not be operated at speeds exceeding the posted limit. Trucks and other heavy equipment shall be confined to the limits of the project on the park road. Hauling of materials, supplies, and equipment over the park road, other than within the limits of the project, will not be permitted except as is necessary to perform the required work. 4. Chipping: Limbwood and slash may be chipped or hauled and removed from the park by the contractor. If chipping is desired the following constraints will be followed. (1) All chipped materials will have a depth not to exceed 1 inch. (2) The chipping location will be changed frequently to achieve a uniform distribution of chips (no piles). (3) Any damage caused by the chipper, wheel ruts, etc. will be rehabilitated to the satisfaction of the COR. 5. Dumping: In areas where contractor chooses hauling the materials to be removed to an appropriate site for disposal. No illegal or unauthorized dumping of the material is acceptable. The contractor will be responsible for paying all of the costs associated with the dumping and any fees or fines associated with the hauling and dumping of the removed materials. 6. Scattering: This will be done under very controlled conditions and monitored by park staff. The objective will be to remove the fine fuels from along the boundary so they pose less of a fire hazard. Fuels must be scattered and not piled to prevent fuel build-ups or "jackpots". They must be taken at least 50 feet into the interior of the park and then scattered. 7. Traffic Control: The Chief Ranger will provide if needed all necessary safety and informational signs in areas where contractor's work might come in contact with Park Visitors. The contractor will erect these signs in advance of the work area before work begins each day. The contractor will provide at last two flagmen whenever the work operations may interfere with the flow of traffic. The flagman will be located at least 150 feet in advance of the work site. Also the "FLAGMAN AHEAD, 500 FT" sign will be used at all times that the flagmen are provided. Flagmen and workers will be required to wear orange vests while working on and along the roadway. 8. SAFETY: All employees of the contractor shall work in a safe and prudent manner. Proper personal protection equipment (PPE) shall be worn at all times. PPE for chainsaw work shall include boots, chaps, gloves, hearing and eye protection and a hardhat. Equipment will have all designed safety guards in place and operational. A park safety officer will visit the work site and will have the authority to shut down the operation if any safety violations or concerns are noted. Due to the very hazardous nature of dead tree removal, safety will be considered above speed of contract completion. 9. Protection and Preservation: The vendor will be responsible for any injury or damage to all public and private property along and adjacent to the Kennesaw Mountain NBP resulting directly or indirectly from the execution of work. Every precaution will be taken to protect all resources, structures and utilities along and associated with the park and the adjacent private property. Any damage to the resource will be corrected and rehabilitated by the vendor upon completion of the project. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the no execution thereof, on the part of the contractor, he/she shall restore or have restored, at his/her expense, such property to a similar or equal to that existing before such damage or injury was don, by repairing, rebuilding, or otherwise restoring same, or make good such damage or injury in some other acceptable manner. SITE VISIT: Each bidder is strongly urged to visit the sites prior to bidding. On site evaluations are needed for accurate appraisal of work. Site visits may be arranged by contacting the following individuals: Chief Ranger: Lloyd Morris (770) 427-4686 X 228 Visits will be during normal working hours of Monday through Friday, 8:00 am - 4:30 pm. MATERIALS, WORKMANSHIP, AND EQUIPMENT: Whenever not explicitly described in these specifications, all materials, workmanship, and equipment used in carrying out the work shall be of the best of the respective grades and qualities. The contractor shall at all times provide adequate supervision and sufficient labor and equipment for prosecuting the work to full completion in the manner and within the time required by the contract. Workers: All workers must have sufficient skill and experience to perform properly the work assigned to them. Any foreman or worker employed by the contractor or by any subcontractor who, in the opinion of the contracting officer, does not perform his work satisfactorily and in a skillful manner or is disrespectful, intemperate, disorderly, or otherwise objectionable, shall, on the written request of the contracting officer, be removed immediately by the contractor or subcontractor employing such person and he/she shall not be employed again on any portion of the The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-02 Evaluation of Commercial Items, FAR 52.212-03 Offeror Representations and Certifications - Commercial Items FAR 52.212-04, Contract Terms and Conditions-- Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items, FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.225-11 Restrictions on Certain Foreign Purchases FAR 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Liability Insurance-Department of Interior 1452.228-70 EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on 1. Experience/ Past performance and 2. Price Reasonableness. Contractors wishing to respond to this RFP should provide this office with the following: A price quote on company letterhead for the requested services showing price, References, including names, addresses, and phone number of past projects of this type performed within the past five years, proof of insurance, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. This form may be requested from the Contracting Officer by FAX or email. NO TELEPHONE REQUESTS WILL BE ACCEPTED. The offeror agrees to hold the prices in the offer firm for 30 calendar days from the date specified for the receipt of offers. Quotes are due Close of Business (4:00pm EST) June 9, 2004 and can be sent to NATIONAL PARK SERVICE, ATTN: SHARON CARSON, 100 ALABAMA STREET, SW, ATLANTA GEORGIA 30303. Quotes may be faxed to (404) 562-3256.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1437412)
 
Place of Performance
Address: Kennesaw Mountain NMP
Zip Code: 30152
Country: USA
 
Record
SN00593888-W 20040529/040527212436 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.