Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2012 FBO #3829
SOLICITATION NOTICE

87 -- Apply Herbicides and Plant Longleaf Pines - Combined Synopsis Solicitation

Notice Date
5/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E82080A001
 
Archive Date
6/16/2012
 
Point of Contact
Sarah W. Pyatt, Phone: 8439635182, Tamara F. Lee, Phone: 8439635158
 
E-Mail Address
sarah.pyatt.1@us.af.mil, tamara.lee.4@us.af.mil
(sarah.pyatt.1@us.af.mil, tamara.lee.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW RFQ Combined Synopsis Solicitation Combined Synopsis / Solicitation For Commercial Items (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E82080A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59, effective 10 May 2012. (iv) This acquisition is 100% set-aside for Small Businesses. The associated NAICS code is 115112 with a $7.0 million size standard. (v) Contractors shall submit a quote in reference to the attached Statement of Work (SOW). This requirement is for supply and planting of longleaf pines and application of herbicides to 156 acres at Joint Base Charleston Weapons Station. The RFQ is attached to this combination solicitation/synopsis and will be used to submit quotes. After award, this document will become part of the contract. A highly recommended site visit will be conducted at JB Charleston-Weapons Station, 9:00 A.M. (EST) on Wednesday 23 May 2012. Site visit attendees will meet at the Redbank Club (Parking Lot), 2316 Redbank Rd., Bldg 942, Goose Creek, SC 29445. All prospective offerors are urged to attend this conference and are required to contact Sarah Pyatt, Contract Specialist, at (843) 963-5182, FAX number (843) 963-5183, e-mail address is sarah.pyatt.1@us.af.mil no later than 4:00 PM EST 21 May 2012 with the names of those individuals who plan to attend (no more than two people per contractor). Any questions pertaining to the site visit or solicitaion are due in writing no later than 10:00 AM EST Thursday, 24 May 2012. Special arrangements will be required to gain access to Joint Base Charleston - Weapons Station. Offerors are cautioned that Joint Base Charleston has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring a valid driver's license, current proof of insurance, Social Security Card, and vehicle registration). All responsible sources may submit a quotation, which shall be considered. A firm fixed price type contract is contemplated. (vi) F1M3E82080A001 -Apply herbicides and provide and plant containerized longleaf pines to 156 acres at Joint Base Charleston Weapons Station in accordance with the SOW. (vii) Work to begin approximately 11 June 2012 and be completed prior to 31 December 2012 in accordance with the SOW. FOB Destination - The place of performance is Joint Base Charleston - Weapons Station, Goose Creek, SC 29445. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offeror's-Commercial Items FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Past Performance 2. Price. Past Performance is significantly more important. The Government will evaluate the total price of the offer for award purposes. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of "recent" and "relevant" projects that have occurred. "Recent" is defined as; projects within the past three years. "Relevant" is defined as; Performance effort involved essentially the same magnitude of effort and complexity this RFQ requires. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The following clauses are incorporated by reference: • FAR 52.212-4, Contract Terms and Condition-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xi) The following additional clauses are applicable to this procurement. • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination # 05-2473 (Rev.13) • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 08130 Forestry Equipment Operator WG-6 $17.54 + 32.45% est for fringes 08160 Forestry/Logging WG-8 $19.80 + 32.45% est for fringes Heavy Equipment 08190 Forestry Technician WG-8 $20.58 + 32.45% est for fringes 08250 General Forestry Laborer WG-2 $13.07 + 32.45% est for fringes 08370 Tree Planter GS-2 $13.07 + 32.45% est for fringes • FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.253-1 Computer Generated Forms DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. REPRESENTATION BY CORPORATIONS REGARDING AN UPDAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension of debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that - (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) • DFARS • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Gregory O'Neal, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xii) Defense Priorities and Allocation System: N/A (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Friday 01 June 2012, no later than 2:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E82080A001. Please send responses to both email address below. (xiv) Address questions to Sarah Pyatt, Contract Specialist, at (843) 963-5182, fax (843) 963-5183, email sarah.pyatt.1@us.af.mil. All questions must be submitted in writing no later than 10:00 AM Eastern Standard Time, Thursday 24 May 2012. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov BUSINESS LICENSE TAX - SOUTH CAROLINA In accordance with Contract Clause entitled, "Federal, State and Local Taxes" dated APR 2003/FAR 52.229-3 incorporated by reference, be advised that the Cities of North Charleston, South Carolina and/or Goose Creek South Carolina imposes a business license tax on all contract work within the cities of North Charleston, South Carolina and/or Goose Creek South Carolina. The cities interpret this to include contractors performing work for the United States government within the limits of North Charleston and/or Goose Creek. Joint Base Charleston - Air Base is included within the City of North Charleston, South Carolina and Joint Base Charleston - Weapons Station is included within the city limits of Goose Creek. The cost of the license is proportional to the dollar amount of work being executed. Information for the North Charleston City Tax may be obtained by calling 843-554-5700 extension 484, or 485, and for the Goose Creek City Tax by calling 843-797-6220. The 628th Contracting Squadron is soliciting quotations on the items listed below. Responses are due no later than 2:00pm EST Friday, 01 June 2012. Please complete this form and submit your offer to: 628th Contracting Squadron 101 E. Hill Blvd, Bldg 503 Joint Base Charleston SC, 29404-5021 Attn: Sarah Pyatt Tel. No.: (843) 963-5182 Fax: (843) 963-5183 E-mail: sarah.pyatt.1@us.af.mil ITEM# SUPPLIES/SERVICES: Qty U/I Unit Price 0001 Apply Herbicides in accordance with SOW 156 Acres tiny_mce_marker____________ 0002 Plant Containerized Longleaf Pine Seedlings in accordance with SOW - Planting spacing shall be on 6 foot by 10 foot grid. If all seedlings are properly planted on a 6 foot by 10 foot spacing, there will be 726 seedlings planted per acre. 156 Acres tiny_mce_marker____________ Company Name: ___________________________________________ Address: ___________________________________________ ___________________________________________ Cage Code: _________________ GSA Contract Number (if applicable): _____________________________ Point of Contact: ___________________________________________ Title: __________________________________ Phone: ____________________ Fax: ____________________ Tax ID: ____________________ Type of Business (i.e. small, large, veteran owned, woman owned, etc...): ___________________________ Discount Terms (i.e. Net 30 Days): ____________________ Delivery Date/Completion: ____________________ Quote Number: ____________________ Quote Expiration Date: ____________________ STATEMENT OF WORK FOR APPLY HERBICIDES AND PLANT LONGLEAF PINES Joint Base Charleston, South Carolina 28 February 2012 STATEMENT OF WORK FOR APPLY HERBICIDES AND PLANT LONGLEAF PINES 1. DESCRIPTION OF SERVICE. The Contractor shall apply by ground herbicides and provide and plant containerized longleaf pines on 156 acres at Joint Base Charleston - Weapons (JB CHS-Weapons), South Carolina in accordance with all applicable laws, regulations, standards, instructions and commercial practices as described in the Statement of Work (SOW) with the focus on safety and customer service. As a result of the 2005 Base Realignment and Closure (BRAC) Commission, two (2) military bases consisting of Charleston Air Force Base (CAFB) and the Naval Weapon Station (NWS) are consolidated into one (1) base thereby named as Joint Base Charleston. The former Charleston Air Force Base proper is now referred to as Joint Base Charleston-Air (JB CHS-Air) and the former Naval Weapons Station hereto in is referred to as Joint Base Charleston-Weapons Station (JB CHS-Weapons). The Contractor is encouraged and expected to use innovative approaches to efficiently and effectively accomplish SOW requirements in a timely manner at reduced costs. All work performed by the contractor in this SOW shall conform to the applicable latest editions of the following specifications and standards: - Department of the Army Corps of Engineering Safety Manual (EM-385) 2003 version - AFI 32-1053 - DoDI 4150.07 - DoDI 4715.1E - DoDI 4150M.07 - South Carolina's Best Management Practices For Forestry 1.1. EXISTING CONDITIONS. Three blocks of forest land totaling 156 acres received a modified clearcut during 2010-2011. Currently undesirable grasses, woody and other vegetation occupy the sites, which are to be planted with longleaf pines prior to December 31, 2012. Site preparation by applying herbicides is required to control the unwanted vegetation, followed by controlled burning conducted by JB CHS-Weapons personnel, and reforestation by planting containerized longleaf pine seedlings. 2. QUOTES: Quotes shall be submitted based on the cost for completing the entire work as specified herein. 3. SITE VISITATION. Prior to submitting proposals, prospective bidders are strongly encouraged to visit the site, inspect the work in place and satisfy themselves of the requirements, complexity and nature of work to be accomplished as stated in this contract specification. It is considered impractical to determine, without inspection, the exact nature of the work and site conditions under which the work is to be performed. 4. PRE-PERFORMANCE CONFERENCE. Pre-performance conference and final inspection shall be arranged through the Contracting Office (843) 963-5182. 5. TIME FOR COMPLETION. All herbicide application shall not be started before June 1, 2012 and completed by October 30, 2012. Completion by September 1, 2012 is preferred for the best timing for the site preparation burn. Tree planting shall not begin prior to November 30, 2012 and be completed prior to December 31, 2012. 6. GENERAL INFORMATION 6.1. HOURS OF OPERATION. The base hours of operation are 7:00AM to 4:30PM, Monday through Friday. If the Contractor wishes to work at times other than normal hours, excluding federal holidays, he shall obtain approval from the Contracting Officer in advance. 6.2. QUALITY CONTROL. Contractor shall develop and maintain a quality control program to ensure services are performed in accordance with this Performance Work Statement and other commonly accepted commercial practices. The Contractor will supply the government with a single point of contact in which to address customer complaints and quality control issues. 6.2.1. Cooperation with government representatives. The Contractor shall fully cooperate with any representative from any Federal, State, or Local regulatory agency who may visit the job site and shall provide immediate notification to the Contracting Officer and JB CHS-Weapons Environmental Office representative Copes Wannamaker ((843) 963-2705), who shall accompany them on any subsequent site inspections. The Contractor shall complete, maintain, and make available to the Contracting Officer, Station, or regulatory agency personnel all documentation relating to environmental compliance under any applicable Federal, State, and Local laws and regulations and/or permits associated with the performance of the job. 6.2.2. Government notices. The Contractor shall immediately notify the Contracting Officer and the JB CHS-Weapons Environmental Office if a Notice of Violation (NOV), or any similar notice of non-compliance with any environmental law, regulation, or permit condition is issued to the Contractor. The Contractor shall be responsible for all damages to persons or property resulting from the Contractor's or subcontractor's fault or negligence as well as for payment of any civil fines or penalties which may be assessed by any Federal, State, or Local regulatory agency as a result of the Contractor's or subcontractor's violation of applicable Federal, State, or Local law, regulation or permit condition or associated requirement. Should a NOV, Notice of Noncompliance (NON), or Notice of Deficiency (NOD) or any similar notice of non-compliance with any environmental law, regulation, or permit condition be issued to the Station as facility owner/operator on account of the actions or inactions of the Contractor or one of its subcontractors in the performance of work under this contract/purchase order, the Contractor shall fully cooperate with the Station in defending against regulatory agency assessment of any civil fines or penalties arising out of such actions or inactions. 6.3. QUALITY ASSURANCE. The government will periodically evaluate the Contractor's performance in accordance with the Service Summary Performance Objectives. 6.4. SAFETY. The Contractor shall comply with all safety regulations and procedures. Contractors will be required to maintain a mishap record at or below the national average for their industry. Upon request, Contractor will provide OSHA 300 and 301 logs to the safety office for mishaps occurring on the installation. Any mishaps involving damage to USAF property or injury to USAF personnel will be immediately reported to the base safety office. Contractors, whether regularly involved in routine site operations, or engaged in temporary projects must follow all federal and state safety standards. In cases where the Contactor will work with USAF personnel, USAF safety standards will be followed. 6.4.1. Fire Safety. Any hot work to be done requires a "HOT OR SPARK PRODUCING EQUIPMENT PERMIT". To obtain a permit the Contractor shall contact the Fire Prevention Inspector Edmund Beach at 764-7821 Ext. 13. The Contractor shall be advised and comply with JB CHS-Weapons fire regulations. 6.4.2. Firearms and hunting are prohibited on Government property. 6.4.3. Possession or drinking of intoxicating beverages, or possession or use of illegal substances, will not be permitted. Persons determined to be under the influence of alcohol or illegal substances will not be permitted onto Air Force property and will be banned from future entry. 6.4.4. The Contractor, or his representative, upon notification of any noncompliance with safety regulations, shall take immediate corrective action. Notification may be either verbal, written, or both. If the Contractor fails or refuses to comply promptly, the Government may issue a work stoppage order, all or in part, until corrective action has been taken. 6.4.5. Any time loss due to such stoppage will not be grounds for contract extension. 6.4.6. Contractor is advised that in the event of an emergency, dialing 911 via landline will result in the quickest response of emergency personnel. If a landline is not available, contact the base Dispatcher at (843)764-7555 who will arrange for an emergency vehicle to come to the most appropriate gate for access. The contractor's representative will then have to meet emergency personnel at said gate and lead them to the site where emergency services are required. 6.4.7. Use of any electronic frequency producing device (I.e. cellular phones, radios, pagers that can transmit a message) requires submittal and approval of Authorization for Amateur/CB Radio/Non-Government Stations and Cellular Telephones 23/1 (REV 2300/1 (09/97) on board JB CHS-Weapons Station. Base regulations do not allow non-hands free cell phones to be used while driving a motor vehicle. Vehicle must be safely parked when using hand-held cell phones. 6.5. SECURITY REQUIREMENTS. All Contractor employees shall carry a Government issued contractor badge at all times while on either installation. Contractor employees or any representative of the Contractor entering the Government installations shall comply with all base security measures implemented at all times. This includes, but is not limited to background checks prior to base access, vehicle and goods searches and identification checks during times of increased security. Restrictions are subject to change depending on the level of the alert or force protection condition of the installation at the time. 6.5.1. Base Access- Personnel. The Government will conduct a background check before a badge is issued to enter Joint Base Charleston. A badge is mandatory before any work may be performed on JB CHS. The badging process will take 7-9 days from the receipt of the completed forms ("Application for Activity Access" form and "Request for Employee Access" form). The process is lengthened by two weeks for background checks on foreign nationals. When the Contractor or Contractor's employees reports to obtain a badge at JB CHS-Weapons Pass and Badge Office and Commercial Vehicle Inspection Station (CVI), he or she must present a valid U.S. Driver's License with photograph or valid State Identification card with photograph (required for resident aliens) and social security card. All personnel employed by the Contractor in the performance of this contract, or any representative of this Contractor entering the Government installation, shall submit and abide by Standard Form 74/DOD Contract Security Classification specifications which is issued by the Contracting Office. 6.5.2. Base Access-Vehicles. All vehicles are subject to random search and inspection at any time while on JB CHS-Weapons. All commercial vehicles shall be inspected at a JB CHS Weapons CVI prior to entering the station. Commercial vehicles include tractor trailer trucks, bucket trucks, panel trucks, pickup trucks, vans, and other smaller vehicles used in the Contractor's course of business. Two CVIs are permanently located on JB CHS-Weapons. One CVI is located at the Entry Control Point Gate 4 on the South Annex Area off Remount Road. A second CVI is located on Liberty Hall Road at Gate 7B approximately one mile north of the intersection of North Rhett Road and Redbank Road. 6.6. SPILL RESPONSE. The Contractor will be briefed on Joint Base Charleston spill response procedures at the pre-performance conference. The Contractor is responsible to report and promptly clean up all spills in a manner consistent with current environmental regulations. In the event that it is necessary to utilize government material, equipment or personnel to clean up a Contractor caused spill, the Contractor shall be required to reimburse the government for all associated costs. 6.8. HAZARDOUS MATERIAL/ WASTE MANAGEMENT. The Contractor will be briefed on Joint Base Charleston Hazardous Material/Waste Management Plan at the pre-performance conference. 7. PERFORMANCE GUARANTEE. See paragraphs 15.1., 15.2., 16.11. and 16.12. 8. SUBMITTALS: Prior to beginning work, submit the following for review and approval. Allow a review period, beginning when Government receives submittal, of 15 working days for return of submittal to Contractor. Period of review for each resubmittal is the same as for initial submittal. Pre-Construction Submittals: - Application Schedule -Safety Plan - Environmental Protection Plan - Product Data - Certification and Licensing of Applicators - Equipment description - Daily Records of all Pest Control Operations 8.1. SAFETY PLAN: Submit a Safety Plan in accordance with the format listed in US Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1. Include Activity Hazardous Analysis (AHA) and Material Safety Data Sheets (MSDS). 8.2. ENVIRONMENTAL PROTECTION PLAN: Submit an environmental protection plan prior to commence work. 9. TECHNICAL REQUIREMENTS 9.1. GENERAL REQUIREMENTS. This work involves application of herbicides to approximately 156 acres of forestland that received modified clearcuts during the period 2010-2011 at JB CHS-Weapons, Charleston, South Carolina (see attached Location Map). The purpose of the work is to control woody vegetation, undesirable grasses and other vegetation that would be competing with the longleaf pine containerized seedlings that the Contractor will be planting prior to December 31, 2012. Contractor shall furnish all labor, supervision, tools, materials (including providing herbicides and containerized longleaf pine seedlings), equipment, and transportation necessary to apply the desired herbicides using integrated pest management techniques and planting the containerized longleaf pine seedlings in accordance with this work. 9.2. Licensing and Certification. The Contractor shall be licensed by the State of South Carolina to provide pesticide services in the categories of forestry, aquatic, and rights-of-way. Proof of certification and licensing must be provided prior to starting the work. All work shall be performed in accordance with federal, state, local, and installation laws and regulations. 9.2.1. Certification. All work involving the handling and/or use of herbicides shall be by a South Carolina or DoD certified applicator only. The certified supervisor shall be readily accessible for consultation with the Contracting Officer at all times during herbicide operations. 9.3. PESTICIDE. The pesticides (herbicides) to be used for this work shall be selective herbicides for the control of the woody vegetation, target grasses and other vegetation, used in strict compliance with label directions. 9.3.1. Records. The Contractor shall have readily available labels and material safety data sheets for the herbicides. All herbicide usage shall be in strict conformance with label directions. The Contractor shall maintain daily records of application and use until the job is completed. All records of pesticide use will be provided to the Installation Pest Management Coordinator (IPMC) for JB Charleston. In turn, the IPMC will load all data onto IPMIS. 9.3.2. Cleaning and Disposal. Rinse waters and containers shall be disposed of in accordance with label directions. Pesticides, rinse water, and containers shall not be disposed of on JB CHS-Weapons property unless specifically allowed and at the site as part of the specified work. 9.3.3. Reporting. Pesticide spills shall be cleaned, decontaminated, and reported as specified by the Armed Forces Pest Management Board Pesticide Spill Prevention and Management, Technical Guide (TG) No. 15. 9.4. PERFORMANCE ASSESSMENT REPRESENTATIVE (PAR). The Government employee designated as PAR to monitor contractor performance for this job is Terrence Larimer, JB CHS Natural Resources (843) 764-7951. 10. GOVERNMENT FURNISHED PROPERTY, MATERIALS, AND SERVICES. The Government will furnish fresh water at the Natural Resources Office or a fire hydrant in close proximity to the work site on JB CHS-Weapons for tank mixing of the herbicide, or as otherwise determined by the Contracting Officer. 11. CONTRACTOR EQUIPMENT AND WORK CONTROL 11.1. VEHICLES. Vehicles used to transport the herbicide shall be equipped with a fire extinguisher and a spill and decontamination kit as specified in TIM No. 15, and emergency wash water. 11.2. TRANSPORTING PESTICIDES. All pesticides carried on vehicles shall be secured in locked compartments at all times on the installation. Vehicles shall not be left unattended at any time unless properly locked and secured. 11.3. VEHICLE APPEARANCE. The vehicles shall be maintained with a clean and orderly appearance, free from observable pesticide spills, residues, or build-up. Vehicles shall not be cleaned or washed on Government property unless otherwise specified in the contract. 11.4. WORK CONTROL. The Contractor shall implement all necessary work control procedures to ensure fully adequate and timely completion of this job, as well as to permit tracking of work in progress. The Contractor shall plan and schedule work to assure material, labor, and equipment are available to complete work requirements with regard to the established time limits and quality standards. Verbal scheduling and status reports shall be provided when requested by the Government. The status of any item of work must be provided within two hours of the inquiry during regular working hours, and within four hours after regular working hours. 11.5. CHECK-IN/CHECK-OUT REQUIREMENTS. The Contractor shall check in prior to the commencement of each day's work, and check out at the completion of each day's work with the PAR or his designated representative. At the time of check in/check out, the project manager shall indicate: -- The services planned to be provided during the day; -- Planned services that were not completed during the day; and -- Schedule of proposed follow-up treatments identified during the day. - Application operations shall not be started or continued if wind is in excess of 10 MPH, or if rain is expected within 8 hours. 12. DESCRIPTION OF PROPOSED EQUIPMENT Submit a written description of equipment, proposed to be used in the performance of this work. The description shall include such information as make, model, and location of equipment. If the equipment is to be leased, a signed agreement with the leasing company(s) must be included. The Contracting Officer, or authorized Government representative, reserves the right to inspect the equipment at any time. 13. RECORDS AND REPORTS The Contractor shall maintain and submit daily records of all pest control operations, using the form provided. Records shall be completed daily as operations are performed; all entries must be accomplished within 24 hours of performance. Records shall be made available upon request for inspection, and shall be forwarded to the PAR. Records rejected by the PAR due to improper preparation shall be corrected and returned by the Contractor at no additional cost to the Government. 14. HERBICIDE OPERATIONS 14.1. SCOPE. Undesirable weeds, shrubs, selected hardwood trees and other herbaceous vegetation shall be controlled by broadcasting a mixture of Arsenal or Chopper and Accord (no substitutes) over the 156 acres to be treated as designated by the attached map. Application shall be accomplished during the period June 1- October 31, 2012, although application by September 1 is preferred for best timing for a site preparation burn conducted by Joint Base Charleston personnel. The Contractor is required to submit the Labels of any Pesticides he intends to use for approval or may use products from a DoD approved list provided by AMC Command Entomologist. The Contractor will submit Labels and Material Data Sheets for approval on all materials 30 days prior to use. An approval form, pesticide label, and MSDS will be submitted to the IPMP (Integrated Pest Management Program). The IPMP will forward it to AMC Command Entomologist for approval. Prospective bidders may suggest alternative herbicide prescriptions for suggestion only, which may be considered by the Contracting Officer. 14.2. PROCEDURE. The work shall be accomplished by broadcasting using a ground application, unless the Contracting Officer approves some other means in writing. Over the area to be treated, a relatively small number of oaks, hickories, and dogwoods were intentionally left standing during the timber harvesting operation for wildlife and aesthetic purposes (hence the term "modified clearcut"). The Contractor shall make every effort possible to avoid applying herbicide within the drip line of these trees that may result in mortality. Numerous other mast producing trees of the aforementioned species from seedling to sapling in size are scattered across the site and it is expected that these small trees will suffer mortality. Care shall be taken so that vegetation in areas adjacent to treatment areas is not damaged. The Contractor shall repair any damage caused by herbicide treatments at no additional cost to the Government. On the 156 acres where herbicides would be applied, about half of the acreage lends itself to application by mule type vehicles. The other half is so rough with irregular ground conditions and logging debris, such that the latter area is not appropriate for mules. Application by skidder or backpack is most appropriate here. Application on the entire acreage by skidder or backpack is recommended. 15. TREE PLANTING OPERATIONS 15.1. SCOPE. Contractor shall furnish all seedlings, labor, materials, equipment (including safety equipment), tools, transportation, supervision, and perform all work required to plant improved containerized longleaf pine seedlings on 156 acres at JB CHS-Weapons as indicated on the attached map in accordance with the specifications of the contract. All tree seedlings shall be planted no earlier than November 30, 2012 with the containerized longleaf seedlings planted prior to December 31, 2012. 15.2. ADVERSE SITE CONDITIONS. If unanticipated problems are encountered due to high water table or other uncontrollable factors, Contractor will be directed to plant these sites when conditions are favorable. 15.3. SEEDLINGS 15.3.1. Containerized Seedlings. The Contractor shall furnish containerized longleaf pine seedlings meeting the following specifications: - Needle length must be 3 inches or greater and live. Completely dead, brown or yellow needles are not acceptable (some at the bottom of the seedling are okay); - Root collar diameter of 0.20 inches or greater; - The taproot at the bottom of the plug should be air pruned and callused. Lateral root tips visible on the outside of the plug should be firm and healthy. Visible mycorrhiza is desirable; - Plugs must be 3.0 cubic inches or greater in volume; - Plugs must be a minimum of 3.25 inches deep; - There cannot be any contaminating substances such as weed and grass seeds and/or sprouting in the potting medium; - Plugs must be intact; lost potting medium exposing the root system is not acceptable. Plugs where the root has grown down the side of the potting medium are okay; loose potting medium that easily washes or falls off during watering or handling is not acceptable; - Plugs must be firm, moist, and durable to hold up under planting conditions; - Terminal bud must not be damaged. Contractor shall pick up the seedlings and transport them, in a refrigerated truck, from the nursery to JB CHS-Weapons for planting. 15.4. STORAGE. The contractor shall take all necessary precautions to maintain healthy seedlings. If the seedlings will not be planted within 5 days, the Contractor shall furnish a temporary self- contained refrigerated storage unit. This unit shall be used for storage of the containerized longleaf pine seedlings prior to actual planting operations. The placement of the refrigerated unit on JB CHC-Weapons will be as directed by the Government representative. The Government representative shall be granted ready access to the unit for purposes of inspecting the seedlings and their condition. The unit must be capable of holding the number of seedlings picked up at the designated location. The Contractor shall stack seedling containers in the unit to allow for proper ventilation around the seedling containers. If a refrigerated storage facility is needed, the Contractor shall perform all needed and required maintenance on the refrigerated unit. The refrigerated unit shall be operated 24 hours per day, while seedlings are stored in the unit - to be kept between 33 and 38 degrees Fahrenheit - and shall notify the Government representative if the temperature rises above 38 degrees Fahrenheit; or if there is a refrigeration unit breakdown. In case of refrigeration unit breakdown, repair or replacement time shall not exceed 24 hours. It is the Contractor's responsibility to maintain the seedlings, and to ensure that a replacement unit is available. If seedling spoilage occurs (determined by Government representative), the Contractor shall be responsible for obtaining replacement seedlings. 15.5. SEEDLING TRANSPORTATION. The Contractor shall transport seedlings from the nursery to the planting sites. All seedlings not in the process of being planted shall be kept in a cool shaded area and covered with a heat reflective tarp. 15.6. CARE OF SEEDLINGS. The Contractor shall provide proper care for all containerized longleaf pine seedlings, from the time of pick up until they are planted. The Contractor shall provide all transportation for the seedlings, from the designated pick up location to the planting sites. The Contractor shall keep records of weather, temperatures, delivery dates, dates of planting of each shipment of seedlings, and the location of areas on which each shipment of seedlings is planted; and furnish a copy of such records to the Government representative. 15.7. FIELD HANDLING STANDARDS. All planting shall be directly out of seedling containers. - Unplantable seedlings are not to be planted. - Unplantable seedlings are anything not meeting the specification in Section 16.3.1. above. -Seedling containers shall not be open to the weather elements at the planting crew's staging area until seedlings are to be immediately planted. Seedlings carried by individual planters shall not exceed the amount that can be carried or removed without injury, or which can be planted before critical heating or drying occurs. - Field Planting Standards. Hand planting with dibble bars or plug planting tools, matching the plugs used, are acceptable planting methods. The planting site does not lend itself to machine planting. - Contractor's Planting Supervision Requirement. The Contractor for each crew of hand planters shall designate a non-planting supervisor conversant in the English language (spoken and written) in writing. The designation shall indicate the limit of the supervisor's authority. When two or more people are designated as supervisor, their written delegation shall indicate the priority of their designations so no more than one person shall be in charge of a crew at any one time. A hand planting crew shall not exceed twelve (12) people. The supervisor shall be with the crew at all times while the crew is working. Each crew will perform as an individual working unit during normal daily work operations. Crews will not be separated or divided into smaller working units unless prior consent is received from the Contracting Officer. 15.8. RADIO COMMUNICATION. Communications will be required at all sites being worked (such as CB or cellular phone). 15.9. GENERAL PLANTING INSTRUCTIONS. - Plant one containerized tree seedling per planting spot in a vertical position in a hole free of foreign material. Plant each seedling to a depth where the top of the root collar is approximately one inch above the level of the surface of the soil. - Planting spacing shall be on 6 foot by 10 foot grid. If all seedlings are properly planted on a 6 foot by 10 foot spacing, there will be 726 seedlings planted per acre. The row spacing shall not vary by more than 1 foot, and seedlings within rows by no more than ½ foot, except where greater variance is necessitated by existing structures or obstacles. Contractor will be required to adjust spacing within rows accordingly if trees are not properly planted. Spacing of trees within rows must be equal over the entire area. Row location may be adjusted as necessary to fit the terrain and avoid obstructions. Seedlings shall not be planted within the drip line of live hardwoods remaining on the site. - Close planting hole at the bottom as well as the top to prevent subsurface air pockets. Soil must be firmly packed around each planted seedling. Seedlings will be planted to withstand being pulled from the ground by the terminal group of needles. - Planting will not be allowed when soil conditions are unacceptable as determined by the Government representative. - Do not plant within 10 feet of any designated system road, fence, pipeline, power line rights-of-way, or 20 feet from existing tree line unless instructed to do so by the Contracting Officer. - During the establishment of planting rows the planters shall be kept in line along the entire course of the rows to avoid skips in the rows. When planting a square or rectangular tract planters shall be lined up along one side of the tract to run rows to the other side of the tract. Once the lead planter has reached the other end of the tract he/she shall find the last row planted and begin a new row going back in the direction of the original starting point. The lead planter shall not follow the block boundary around the perimeter of the entire tract to be planted resulting in a spiral planting job. 15.10. NON-REFRIGERATED TRANSPORTATION AND PLANTING SITE STORAGE. While seedlings are being transported to planting sites and stored, seedlings shall be kept in storage boxes and covered to keep seedlings out of direct sunlight. When possible, the seedlings shall be kept in a shaded area. Seedling boxes shall not have prolonged exposure to direct sunlight. Notify PAR if seedling roots appear to be dry. Inspect and repair damaged boxes immediately and keep tightly closed. Care should be taken to ensure that all seedlings temporarily stored on the site are planted that day. 15.11. GOVERNMENT INSPECTION AND ACCEPTANCE. The Government shall make inspection of the work performed under this contract as the planting progresses. The Government representative will check inspection records maintained by the Contractor for compliance with planting specifications and care and handling of seedlings. -The Government representative will inspect the planting operation to ensure that all of the technical specifications are being followed. All contract areas will be sampled on a grid system. Sampling will consist of 1/100th acre plots to determine the total number of properly and improperly planted seedlings within the sample plots. Plots will be taken at a minimum of 1 per acre. The total average number of planted seedlings per acre will be determined by adding the total number of correctly planted trees per plot plus the total number of improperly planted trees per plot, dividing by the stand acres and multiplying by 100 (1/100th acre plot). - Acceptance. The specified number of seedlings per acre (Section l.2) must be properly planted to receive 100% payment of bid price. Natural seedlings (seedlings not planted by Contractor) shall not be considered when taking plots. - Replanting. If the percentage of planting quality falls below 90% due to insufficient number of properly planted trees, the Contractor will replant the site in order to achieve a higher planting quality percentage. 15.12. MEASUREMENT AND PAYMENT. - Method of Measurement. Acreage listed in the bid schedule was determined by computerized traverse, and for the purposes of this contract, is considered actual acreage and not an estimate. Any acreage added or deleted under the changes clause of the contract will be measured using the above described method. Number of acres satisfactorily planted also will be determined using the above described method. - Basis of Payment. Payment will be made at a rate up to, but not to exceed, unit bid price for each site accepted as satisfactorily completed by the Contractor. Deductions for the unit price bid will be made for inadequate quantity of properly planted seedlings and/or lost or "waste" seedlings as follows: Deduction for inadequate quantity of properly planted trees. To receive 100% of the unit price bid, Contractor must properly plant the number of plantable trees specified below. The Government may accept lesser quantities at their option at the payment rates shown below. Number of properly planted trees per acre/ Payment percent of unit bid price _________________ ________________ 708-726/ 100.0% 690-707/ 97.5% 672-689/ 95.0% 653-671/ 92.5% 632-652 /90.0% < or = 631 FAILURE The maximum allowable number of seedlings per acre is 813. Any seedling above this amount will be counted as "waste" seedlings. If the quality of work falls below 90% (653), work will be considered unacceptable and will be rejected in accordance with Inspection and Acceptance procedures. 16. SCHEDULE Extension of completion dates will be granted for conditions that cannot be controlled by the contractor (e.g. military related delays). Extension of the completion dates will not be granted for the conditions that can be controlled by the Contractor (e.g., equipment breakdown; employee problems). The specified time for completion is as follows: Phase Completion Date Herbicide application of all designated areas June 1, 2012- October 31, 2012 (September 1, 2012 preferred). Tree planting of all designated areas not prior to November 30, 2012 and completed by December 31, 2012 for containerized longleaf pines. 17. BIDDING 17.1. ITEMS FOR BID ITEMS FOR BID TOTAL ITEM UNIT BID NO SERVICES QUANTITY UNIT PRICE PRICE 0001 Apply Herbicides 156 Acres 0002 Plant Containerized 156 Acres Longleaf Pine Seedlings TOTAL 17.2. SERVICE SUMMARY. The SS includes Performance Objectives that describe the desired end result or outcome the Contractor shall achieve. The Performance Thresholds states the minimum acceptable level of the performance in terms of quality, timeliness, and quantity in realistic and achievable standards. These thresholds are critical to mission success. Performance Objective SOW Para Performance Threshold Apply herbicides to control undesirable grasses and woody vegetation Plant containerized longleaf pine seedlings Para 14.1. Para 15.1. Para 14.2. Para 15.3 through 15.11 18. APPENDICES. 18.1. Maps (See Appendix B) Provided at site visit and available upon request after site visit
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E82080A001/listing.html)
 
Place of Performance
Address: 2316 Redbank Rd, Goose Creek, South Carolina, 29445, United States
Zip Code: 29445
 
Record
SN02750897-W 20120519/120518000213-020ea1c748c82f5cebeee35e79b4fdee (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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