SOLICITATION NOTICE
99 -- Rim Fire BAER Aerial Mulching Project, Stanislaus National Forest
- Notice Date
- 10/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Southern Sierra Province, 1600 Tollhouse Road, Clovis, California, 93611
- ZIP Code
- 93611
- Solicitation Number
- AG-9A40-S-14-0001
- Archive Date
- 11/23/2013
- Point of Contact
- Patrick J Gallegos, Phone: 559 297-0706 Ext. 4830
- E-Mail Address
-
pgallegos@fs.fed.us
(pgallegos@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Description of Work: In support of the Burned Area Emergency Stabilization and Rehabilitation Plan (BAER), the Stanislaus National Forest has a requirement for the aerial mulching application of approximately 3872 acres of high and moderate severity burn terrain cause by the Rim Fire. Straw mulch shall be applied at rate of approximately 1 ton/acre; with a coverage level of approximately 1" over 80% of the mulch unit, unless individual sub-units call for a variation to the application rate as identified on the table in 7-2 Specifications. The awarded contractor shall supply aircraft and all necessary straw mulch, labor, supplies and equipment necessary to complete the work. Straw mulch as defined by this contract is rice, wheat, barley or oat straw, with a government preference for rice straw. Cautionary Note: Cereal Leaf Beetle has been detected in Northern California and could result in quarantined straw material. Rice Straw is not affected by this quarantine notice. Straw that is determined to contain California listed noxious weeds or other unwanted plants/insects will be designated ineligible for use under the contract. The contractor will be responsible for ensuring weed free mulch and removing ineligible straw from the National Forest. The Forest Service may conduct random, unannounced inspections of straw deliveries in order to ensure that the straw utilized in this contract is free of California Department of Food and Agriculture listed noxious or undesirable weeds/insects. Before unloading, transit and certified weed free certificates shall be provided for each load of straw delivered, unless otherwise agreed upon by contract administrator. The work under this contract will consist of aerial mulching the areas designated on the attached project maps. The contractor may stage straw mulch at various sites on Public Lands when requested by the Contractor and approved by the Forest Service prior to staging. The Forest Service will identify suitable staging areas in the vicinity of the mulch units; however the Contractor is not obligated to use these sites. It is the Contractor's responsibility to make all necessary arrangements for use of air bases, loading zones, equipment, fuel storage area, and all loading operations. The Contractor assumes all costs and liability for operation and rehabilitation of sites to the satisfaction of the COR, designated inspectors, or landowner if on non-NFS system lands. Items listed in the Schedule may be awarded to multiple offerors when it is to the advantage of the Government to meet the contract period. Contractor Responsibility: The Contractor shall provide everything--including, but not limited to, all equipment, supplies, transportation, labor, and supervision--necessary to complete the project, except for that which the contract clearly states is to be furnished by the Government. Since the fire area is not controlled, all contractor personnel working in the fire area must wear fire resistant clothing and have readily available a supply of Government Furnished Fire Shelters. One fire shelter per employee working in the fire area. The Contractor will provide a Work Plan that addresses how the work identified in the Scope of Work description will be accomplished. The Work Plan shall contain at a minimum a Safety Plan, Communications Plan, Spill Prevention Plan, Fire Prevention/Suppression Plan, and an Operations Plan explaining how the Contractor will complete the designated work and provide for quality assurance. The Contractor is responsible for Quality Control and shall provide a copy of its Quality Control Plan (QCP) as part of the project proposal. The Plan must demonstrate how the Contractor shall assure that quality of performance meets the objectives and requirements of the contract. The QCP shall specify: • How quality will be monitored to ensure performance standards are met. • How the work will be supervised • Identify the personnel responsible for performing quality control • How results of the monitoring will result in quality performance • How daily progress and monitoring results will be communicated to the CO/COR • How the requirements for ensuring noxious or unwanted weeds/insects are not contained in the delivered straw mulch bales • How the contractor will meet safety and resource protection objectives • How the contractor will conduct final clean-up/restoration/rehabilitation of roads, staging areas, helispots, etc. The Contractor shall assure that performance meets contract specifications, in accordance with FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, paragraph (a); prior to requesting the Government to inspect for payment or acceptance. The Contractor shall contact the Contracting Officer upon completion of a unit. The Contracting Officer may observe the Contractor's inspection at any time and shall otherwise have unlimited access to the inspection data.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A40/AG-9A40-S-14-0001/listing.html)
- Place of Performance
- Address: The project is located on Stanislaus National Forest, Me-Wuk and Groveland Ranger District approximately 17 air miles (37 road miles) east of Sonora California. Driving directions from Sonora include going east on Mono Way to Tuolumne Road to Carter Street in the Town of Tuolumne, than east on Buchanan Road, continuing on to Forest Road 1N04 (Cottonwood Road). Turn right off 1N04 on to 3N01 to the general area of Femmons Meadow. Driving time to Femmons Meadow is 1 hour and 47 minutes., Sonora, California, 95364, United States
- Zip Code: 95364
- Zip Code: 95364
- Record
- SN03223000-W 20131030/131028233539-8e6920c9bb87a1e903382517b8d0ff0b (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 |