Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2018 FBO #6008
SOLICITATION NOTICE

F -- Amador RD Herbicide - Package #1

Notice Date
5/4/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-5, Central CA Acquisitions Service Area, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250, United States
 
ZIP Code
95959-2250
 
Solicitation Number
129JGP18Q0073
 
Archive Date
5/29/2018
 
Point of Contact
OLaine T. Martinez, Phone: 5304786823
 
E-Mail Address
tracymartinez@fs.fed.us
(tracymartinez@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Fire Plan Applicator coverage MAPS PDF Solicitation COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Contracting Office Address USDA Forest Service Region 5 CCASA 631 Coyote St., Nevada City, CA 95959] This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation 129JGP18Q0073 is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 115310, with a small business size standard of 7.5 Million. 1.1 The Amador Ranger District, Eldorado National Forest, is seeking to purchase services for vegetation control treatment in and around young conifer regeneration stands. The specified treatment will be the foliar application of herbicide mixtures from backpack sprayers to target vegetation using a shielded directed spray technique. Set Aside: Total Small Business. 1.2 Schedule of Items. Item Description Quantity Unit Unit Price Price 1 Foliar Spray Resprouting Brush 560 Acres ________ ________ 2 OPTION Foliar Spray Uncut Brush 294 Acres _________ ________ Total __________ ________ Vendor Signature____________________________________Date:_____________________ Duns: ____________________ 1.3 Statement of Work The purpose of this contract request for services for vegetation control treatment in and around young conifer regeneration stands. The specified treatment will be the foliar application of herbicide mixtures from backpack sprayers to target vegetation using a shielded directed spray technique. 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. Project Location and Description. Location: The project is located on the Amador Ranger District of the Eldorado National Forest. The location of the work sites and other information pertinent to each treatment unit is contained in the Contract Maps and Supplemental Specifications. The Amador Ranger District office is located at 26820 Silver Drive, Pioneer, CA 95666, approximately 18 miles east of Jackson, CA on State Highway 88. All work sites are within approximately 1 hour travel time from the district office. Accessibility: Work areas are generally accessible by standard pickup. Four-wheel drive vehicles may be beneficial in improving the access points of any given treatment unit. It is the Contractor's responsibility to reach the work site when it is ready for treatment. The Contracting Officer will determine the access routes which may be used. Description: All treatment units are regeneration stands resulting from the 2004 Power Fire. They range from 4,000' to 7,000' in elevation. Aspect varies, but is predominantly south-facing. Slope varies, and contains significant steep (>35%) areas. The stands have received varying combinations of treatments since the fire, including but not limited to mechanical site preparation, tree planting, hand cutting of woody brush, and precommercial thinning. They have not received previous herbicide treatment. Woody brush is generally large and dense. Woody brush species include but are not limited to deerbrush and whitethorn (Ceanothus spp.), whiteleaf & greenleaf manzanita (Arctostaphylos spp.), chokecherry and bitter cherry (Prunus spp.), gooseberry & sierra currant (Ribes spp.), and bearclover (Chamabaetia foliolosa). Some stands have recent precommercial thinning slash. Trees in these stands consist primarily of planted conifers, but will include residual young growth and natural regeneration which may differ in size and species from the planted trees. All conifers, planted and natural, within the treatment units must be protected from herbicide. Item 1 consists of areas in which the woody brush has been cut by hand within the last 3 years. The target vegetation is generally dominated by quickly regrowing deerbrush, but includes all woody brush species. Item 2 (OPTIONAL) consists of areas where the woody brush has not been pre-cut. The target vegetation is generally dominated by whitethorn and/or manzanita, but includes all woody brush species. Treatment prescriptions vary by stand within each item. For descriptions of the differing treatment prescriptions, see Supplemental Specifications, "Herbicide Prescriptions". For stand specific information, see Supplemental Specifications Data Table. Boundaries of treatment units will be designated by description by the Contracting Officer's personnel on site at the time of treatment. Boundaries will generally be identifiable features on the ground, such as property lines, roads, ridges, drainages, or the residual tree line. Boundaries may also be indicated with blue and white striped flagging. Exclusions (non-work areas) and Protections Sites and Exclusions (Non-Work Areas): See supplemental specifications 2.4. Any prospective contractor desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing from the Contracting Officer soon enough to allow a reply to reach all prospective contractors before the solicitation closing date. Oral explanations or instructions given before the award of a contract will not be binding. Cut-off for questions is 11 May 2018, 4:00 PM. 1.5 Maps Any maps included are general in nature and are not to be considered as definitively identifying locations. 1.6 Estimated Start Date & Contract Time Start Date: June 1, 2018 Completion Date: June 30, 2018 1.7 Restrictions on Work Work may be performed at any time during the period of the contract, except as outlined here. Nothing in this part shall be construed to take away any of the Government's rights under the Suspension of Work Clause (52.242-14). Restrictions are as follows: 1. In accordance with the fire plan. 2. When the Contracting Officer determines that adverse weather has made access too dangerous or that continued vehicular travel would cause unacceptable road damage. 3. Work shall be performed only when the Contracting Officer or their Representative is present on the work site. 4. Work shall not be performed before 6:00 a.m. or after 6:00 p.m. 5. Work shall not be performed on Sundays or Federal Holidays. 6. Work shall be performed only when the Contracting Officer determines that target vegetation is in an appropriate stage of growth for the herbicide application to be effective. 7. Number of crews and size of each crew will be stipulated by the Contracting Officer. More than one crew may be required in order to complete the work within the specified performance period. Each crew shall have no more than 12 workers, plus one foreman and one mixer/loader per crew. Each crew must have a dedicated batch tank. 8. Once contract work has begun, replacement of personnel will be subject to approval of the Contracting Officer. 9. The Contracting Officer will determine the sequence in which each stand will be treated. Each stand shall be completed prior to starting work on the next stand. 10. Specific stands or portions thereof may have a limited operating period (LOP) during which work may not be performed. See Supplemental Specifications for details. These restrictions may be lifted by the Contracting Officer based on field review at the time of treatment. 11. Work shall not be performed when weather conditions do not meet application requirements inTechnical Specifications, Weather Restrictions. 1.8 License and Insurance The contractor shall obtain the insurance and licenses listed here. MSPA Card (Form WH510): This contract does require the contractor to be registered with the US Department of Labor as a Farm Labor Contractor. The Contractor shall provide a current Form WH510 or legible copy. Worker's Compensation Insurance: The Contractor shall provide evidence of Worker's Compensation Insurance or a written explanation as to why the Contractor is exempt from the requirement. NOTE: The Contractor working alone is not required to carry the insurance. Licensing and Safety Requirements: The Contractor shall have a current State of California Agriculture Pest Control Operator License including Category "E" (Forest), and Pest Control Business License, prior to the award of contract. The Contractor shall register this State License with the appropriate County Agriculture Commissioner(s) prior to beginning work. The Contractor shall be required to provide the following: 1. Required permits. 2. Complete and file all reports, with a copy to the Contracting Officer. 3. Complete any other incidental requirements. The Contractor's authorized representative(s) on site must, at a minimum, be a State of California Certified Pesticide Applicator. The Contractor shall comply with the State of California Safety Orders found under the California Administrative Code and with the requirements of the Federal Worker Protection Standards (40 CFR, part 170). For further information regarding licensing requirements contact the California Department of Pesticide Regulation at (916) 445-4038, or online at www.cdpr.ca.gov. 1.9 Pre-work Pre-work conference. Before work begins on service contracts, a pre-work conference is normally held to discuss the contract--especially the specifications, labor provisions, plan of work, and selected standard clauses. The pre-work meeting should be attended by an officer of the firm or someone designated in writing to act on behalf of the firm. The pre-work meeting may be waived at the discretion of the Contracting Officer. 1.10 Notice to Proceed. No work may begin on this contract until the Contracting Officer has issued a Notice to Proceed. FAR 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. No site visit is scheduled. Contact to coordinate independent site visit at Jeff Griffin, 209-295-5950. Questions shall be directed to Olaine Martinez at tracymartinez@fs.fed.us or 530-478-6823. 1.11 Superintendence by Contractor The name and the specific authorities of the foreman or superintendent must be designated in writing to the Contracting Officer. The Contractor may use his/her own prepared letterhead stationery or a "Designation of Contractor's Representative" form available from the Contracting Officer. If the Contractor or the designee is not present when work is being performed on the contract, a Suspend Work Order may be issued with contract time continuing to run. The Contractor's supervisory shall have an oral command of both the English language and the language common to the crew(s). 1.12 Salvage Rights. There are no salvage rights under this contract. 2. Technical Requirements 2.1 Definitions: Clean Water: Water having low turbidity (less than 5.0 NTU), low to moderate hardness (less than 150 ppm CaCO3), and an acid pH (less than 7.0). It must be visibly clear and free of all foreign material, soil particles, and organic matter - including but not limited to silt, sand, sediment, algae, and vegetative debris. Crop Tree: The healthiest, most vigorous, well-formed conifer seedlings or saplings meeting the spacing and species mix guidelines that were used to plant the stand. Herbicide: The concentrate before mixing occurs. Herbicide mixture: The mixed herbicide, water, surfactant, and dye. Stand: A discrete treatment area given a unique number on the contract detail maps and in the Supplemental Specifications Data Table. Streamcourse: A defined channel where water flows during some portion of the year. The three types of streamcourses are as follows: Perennial - a streamcourse that flows water throughout the year. Seasonal - a streamcourse that flows water throughout the wet season and through a portion of the dry season. Ephemeral - a streamcourse that flows only in direct response to recent rainfall or snowmelt. Target Vegetation: All vegetation except crop trees and excluded vegetation. Tree Damage: An unacceptable level of herbicide exposure or physical damage resulting from the contractor's operation. Any of the following will be considered tree damage: 1. Herbicide mixture or physical damage affecting more than 25% of the green crown. 2. Evidence of any amount of herbicide or physical damage on the terminal leader. 3. Any physical damage to the bole or stem of the tree. Triple Rinse: Filling the empty container at least 1/4 full of clean water, replacing the container lid, shaking vigorously for at least 30 seconds, and immediately pouring contents from the container into the batch tank, and repeating this for a total of three times. Woody Brush: Non-tree form vegetation having hard woody stems as opposed to soft herbaceous stems. Controlled Area - Areas delineated by flagging for the purpose of protecting sensitive plants or heritage resources and other improvements to protect. The areas are marked on the ground, however, they are not located on the solicitation map. A map that displays these marked areas will be available to the successful bidder. C.O.R. -Contracting Officer's Representative. Cut. To completely sever the bole of the tree from the stump by chainsaw or mechanical saw/shears Quality Control. Those actions taken by the Contractor to control the performance of services so that they meet the requirements of the PWS. Riparian Conservation Area (RCA)-Buffer zones on either side of a stream course in which use of machinery in not acceptable. 2.2 Specifications General Work Methods: a. The Contracting Officer will determine the sequence in which each stand shall be treated. b. Each stand shall be completed prior to moving on to the next stand. c. The contractor shall flag a line with orange flagging to delineate the sprayed portion of any partially completed stand at the end of each day. d. Treatment units are covered systematically without skipped areas. The Contractor shall not scatter his crew over different parts of the stand. e. The Contractor shall be responsible for training his employees in the proper techniques to be used during application of herbicides and safety procedures to be followed when handling herbicides. Application: a. The Contractor shall apply the herbicide mixture to all target vegetation in each stand. The application shall be uniform. All surfaces of the target vegetation shall be covered, including the interior of dense woody brush species. See Exhibit A for examples of acceptable and unacceptable application coverage. b. The Contractor shall keep equipment in good operating condition maintaining flow rate and nozzle pressure. Application of herbicide mixture shall be made with a nozzle pressure of 15 psi. The spray tip shall be kept from 12 to 24 inches from the target vegetation during application. Required Materials: The contractor shall provide the following herbicides, surfactants, and dye: 1. Herbicide: A 53.8% glyphosate herbicide formulation without an integrated surfactant. E.g. Roundup Custom (EPA Reg. No. 524-343), or equivalent. 2. Surfactant: A nonionic modified vegetable oil surfactant. E.g. MSO Concentrate (CA Reg. No 34704-50067), or equivalent. 3. Dye: A purple colored water soluble marking dye. E.g. Colorfast Purple, or equivalent. All herbicides and adjuvants shall be provided in factory sealed containers no larger than 2.5 gallons each. Proposed equivalent herbicides, adjuvants, and dye may be substituted only as approved by the Contracting Officer. Contractor shall provide clean water for the wash down packs. Required Equipment: Backpack sprayers - shall have an adjustable pressure regulator or a pressure gauge mounted on the spray wand. All sprayers shall be equipped with a "TeeJet" XR80-04VS spray tip or equivalent, with a 50 mesh screen. Plastic, brass, or aluminum spray tip nozzles shall not be used. Batch tank - shall be a mixing tank equipped with a constant agitator, a sight level in good condition to measure tank volume, and a leveling gauge which will be adequate for leveling the tank in all directions. The filler hose from the batch tank shall be equipped with a self-closing nozzle. The batch tank shall be in good condition, meeting all state requirements. The batch tank shall be mounted such that it can be moved and operated separately from the clean water tank; for example, mounted on a separate vehicle from the clean water tank, or mounted on a trailer. Clean water tank - shall be a tank exclusively for clean water, having a back flow prevention device or proper air gap filling apparatus. The water tank and all drafting equipment must be free of pesticide and dye residue. Pesticides and dyes shall not be stored or transported in the same vehicle used to transport the clean water tank. Locked storage area for herbicide and containers. Spill kit containing a minimum of 25 pounds of absorbent material such as kitty litter, two 30 gallon, 4 mil polyethylene garbage bags with ties, and 2 shovels. Trailer hitches used to tow equipment and trailers shall be securely mounted directly to the vehicle frame. Bumper hitches shall not be used unless specifically designed and rated for towing heavy loads. Contractor shall provide all other supplies and incidentals necessary to accomplish the required contract work while complying with herbicide label directions, pesticide application license requirements, and worker safety protection standards. Calibration and Equipment Check: Prior to and during work the Contracting Officer reserves the right to inspect, test, and approve equipment. For example, the Contracting Officer will check for cracked hoses, worn seals, and leaks. The Contracting Officer may test the herbicide concentrate and mixture batch prior to and during work. Prior to and during work the Contractor shall be required to calibrate his equipment in the presence of the Contracting Officer. Tree Protection: The contractor shall apply the herbicide mix in such a manner as to minimize tree damage. The crop trees in all stands shall be protected from herbicide mixture in the following manner: Crop trees up 2 feet in height shall be physically shielded to protect the entire plant from herbicide spray (i.e., cones, shields, etc.). Protective equipment shall not damage the trees. Crop trees taller than 2 feet shall be protected by directed spray application. Where there are multiple trees planted per spot, all trees on that spot shall be protected while the adjacent area is being sprayed. For every 5 (or less) applicators there shall be one worker equipped with a clean Government supplied backpack sprayer full of clean water. Crop trees contaminated with any amount of herbicide mix shall be washed down within 1 minute of exposure. Wash down shall remove all traces of herbicide mix. Other excluded vegetation shall be avoided by directed spray application. See Supplemental Specifications for a list of excluded vegetation. Weather Restrictions: Application of herbicide mix must be discontinued if the following critical weather parameters exist: 1. A forecast of 70% or greater chance of precipitation within 24 hours. 2. Conditions on-site indicate that precipitation is likely within 4 hours. 3. Target vegetation is wet with precipitation, dew, or other moisture. 4. Wind speed and/or air temperature exceed herbicide label requirements. 5. Wind speed in excess of 5 mph. 6. Temperature cold enough to freeze the herbicide mix in the nozzles. Spraying shall be discontinued when wind speeds are in excess of 5 mph, or as otherwise specified on the product label, whichever limit is lower. Spraying shall also be discontinued whenever any amount of wind causes drift exposure to workers, crop trees, or protected areas. The Contractor shall be responsible for monitoring weather conditions. In case of discrepancy between government's monitoring of weather conditions and that of the contractor, the government's measurement will prevail. Cleanup: The Contractor shall be responsible for washing and cleaning out all equipment at the end of each work day. The exact location for cleanup will be selected by the Contracting Officer. The Contractor shall use soft material such as bristle to clean the nozzles. Wire shall not be used. Under no circumstances shall sprayers, containers, clothing, personnel or other contaminated materials be washed in any stream, lake, reservoir, or other surface water. Batching of Herbicide Mix: Contractor shall do all batching of herbicide mix and conform to label instructions and safety requirements. See Supplemental Specifications for the herbicide mix for each stand. A graduated container of at least one-half gallon in size shall be used to measure chemicals and surfactants during the batching operation. All batching of herbicide mix shall be done in the presence of the Contracting Officer or their representative at the work site. The batching location will be designated by the Contracting Officer. When drafting water into the clean water tank, the batch tank and any containers of herbicide concentrate shall remain at the approved batching location. The Contractor shall use only water sources approved by the Contracting Officer. Batching sequence is as follows: 1. One half of the water for the mix shall be put in the batch tank. 2. The herbicide(s) and colorants, if used, shall be put in the batch tank next. 3. Begin agitation. 4. Add the remaining water in the batch tank while continuing agitation. 5. The last ingredient to be added to the tank will be the surfactant, if used. The herbicide mix shall be under constant agitation in the batch tank to prevent separation. All mix shall be sprayed out. The mix shall not sit overnight in the batch tank or other equipment unless permitted by the Contracting Officer. Storing and Transporting Herbicides: All unattended herbicide concentrate shall be stored under lock and key in its original container. The Contractor shall work with the Contracting Officer to insure a minimal amount of herbicide mix is moved between treatment units. Disposal of Containers: The Contractor shall dispose of the containers in the following manner: 1. All containers shall be triple rinsed, with clean water, on the work site. The rinse water shall be disposed of by placing it in the batch tank. 2. Used containers, except those that are returnable, shall be punctured on the top and bottom to render them unusable. 3. A log of the containers and how they were rinsed and where they were disposed of shall be made available to the Contracting Officer. 4. Certification of disposal at an approved dump or a receipt from the point of redemption on returnable containers is required. Herbicide Spills: If a spill occurs, the contractor shall: 1. Take action immediately to contain the spill. 2. Notify the Contracting Officers' Representative on site. 3. Be under the control of the Contracting Officer during the spill clean up. 4. Be liable for all costs of damages, clean-up, and decontamination. 2.3 Contractor Furnished Materials and Equipment. The contractor shall provide the following herbicides, surfactants, and dye: 1. Herbicide: A 53.8% glyphosate herbicide formulation without an integrated surfactant. E.g. Roundup Custom (EPA Reg. No. 524-343), or equivalent. 2. Surfactant: A nonionic modified vegetable oil surfactant. E.g. MSO Concentrate (CA Reg. No 34704-50067), or equivalent. 3. Dye: A purple colored water soluble marking dye. E.g. Colorfast Purple, or equivalent. All herbicides and adjuvants shall be provided in factory sealed containers no larger than 2.5 gallons each. Proposed equivalent herbicides, adjuvants, and dye may be substituted only as approved by the Contracting Officer. Contractor shall provide clean water for the wash down packs. Required Equipment: Backpack sprayers - shall have an adjustable pressure regulator or a pressure gauge mounted on the spray wand. All sprayers shall be equipped with a "TeeJet" XR80-04VS spray tip or equivalent, with a 50 mesh screen. Plastic, brass, or aluminum spray tip nozzles shall not be used. Batch tank - shall be a mixing tank equipped with a constant agitator, a sight level in good condition to measure tank volume, and a leveling gauge which will be adequate for leveling the tank in all directions. The filler hose from the batch tank shall be equipped with a self-closing nozzle. The batch tank shall be in good condition, meeting all state requirements. The batch tank shall be mounted such that it can be moved and operated separately from the clean water tank; for example, mounted on a separate vehicle from the clean water tank, or mounted on a trailer. Clean water tank - shall be a tank exclusively for clean water, having a back flow prevention device or proper air gap filling apparatus. The water tank and all drafting equipment must be free of pesticide and dye residue. Pesticides and dyes shall not be stored or transported in the same vehicle used to transport the clean water tank. Locked storage area for herbicide and containers. Spill kit containing a minimum of 25 pounds of absorbent material such as kitty litter, two 30 gallon, 4 mil polyethylene garbage bags with ties, and 2 shovels. Trailer hitches used to tow equipment and trailers shall be securely mounted directly to the vehicle frame. Bumper hitches shall not be used unless specifically designed and rated for towing heavy loads. Contractor shall provide all other supplies and incidentals necessary to accomplish the required contract work while complying with herbicide label directions, pesticide application license requirements, and worker safety protection standards. Calibration and Equipment Check: Prior to and during work the Contracting Officer reserves the right to inspect, test, and approve equipment. For example, the Contracting Officer will check for cracked hoses, worn seals, and leaks. Prior to and during work the Contracting Officer reserves the right to test and inspect the herbicide concentrate and mixture. Prior to and during work the Contractor shall be required to calibrate his equipment in the presence of the Contracting Officer. Equipment shall be furnished on a fully operational basis, of modern design, and in good operating condition, with a competent, fully qualified operator(s) to complete the tasks identified in this contract. The Contractor shall furnish all fuel, lubricants, and personnel necessary for the operation of the equipment. All repairs, service and replacements are the responsibility of the Contractor and shall be at the Contractor's expense. If during the contract period, the equipment requires repairs before operations can continue, it shall be the responsibility of the Contractor to complete such repairs. 2.4 Supplemental Specifications Herbicide Mix Specifications: For all items and sub-items, the herbicide mix shall contain the following: 3% glyphosate herbicide formulation 2% nonionic surfactant 0.25% purple dye 100 gallons of herbicide mixture would thus be as follows: 94.75 gal clean water 3.00 gal glyphosate herbicide formulation 2.00 gal nonionic surfactant 0.25 gal purple dye Herbicide Application Prescriptions: The application prescriptions are defined as follows: Area Brush= Treat all woody brush. Area Bearclover = Treat all bearclover (and only bearclover). Radius - 10' +P = Treat all woody brush in a 10' radius around all crop trees. Where this would leave contiguous areas greater than 20' in diameter untreated, also treat 10' radius circles on approximately 20' spacing, such that greater than 70% but less than 90% of the total unstocked area is treated. Radius - 8' = Treat all woody brush in an 8' radius around all crop trees. See Supplemental Specifications Data Table for a list of the prescriptions by stand. Protected Areas (Exclusions): Protected Areas will be designated both inside and outside the boundaries of treatment units. Protected areas will be designated by the Contracting Officer's personnel. They may be designated by description, by contract map, by flagging on the ground, or combination thereof. No treatment shall occur within protected areas. Contractor personnel are prohibited from entering protected areas. Protected areas include but are not limited to the following: Streamcourses and other water features: Designation may be by description, or with white flagging. Limited streamcourse information appears on the contract detail maps. This information may not be complete. In the event the contractor encounters undesignated water features, the contractor shall notify the Contracting Officer's personnel immediately, and proceed to implement the standard buffer width shown below. Distances are in feet from the high water mark on each side of the channel/feature: Streams, perennial = 100' Streams, seasonal, wet = 50' Streams, seasonal, dry = 25' Streams, ephemeral, wet = 25' Streams, ephemeral, dry = 10' Other resource protection areas: The contract detail maps contain known resource protection areas. Additional areas may be designated at time of treatment. Flagging colors for these protected areas include pink & black checkerboard and pink & green combinations.Invasive Plants: Known invasive plant populations are shown on the contract detail maps. The contractor shall avoid disturbance in these areas as much as practicable during treatment. This includes parking, staging, batching, and other concentrated activities. These are not exclusion areas. Where they occur within treatment stands, these areas shall still be treated. Excluded Vegetation: California black oak (Quercus kelloggii) California hazelnut (Corylus cornuta) California nutmeg (Torreya californica) Elderberry (Sambucus spp.) Canyon live oak (Quercus chrysolepis) Pacific yew (Taxus brevifolia) Quaking aspen (Populus tremuloides) Western dogwood (Cornus nuttallii) Willow (Salix spp.) C.9.1 Supplemental Specifications Data Table Item Stand Acres Map # Herbicide Rx LOP 1 128-217A 41 2 Radius - 10 + P N/A 1 128-217B 9 2 Radius - 10 + P N/A 1 129-006 47 1 Radius - 8 N/A 1 129-030 25 1 Area N/A 1 129-216 17 1 Radius - 10 + P N/A 1 129-217 25 1 Radius - 8 N/A 1 129-221 19 1 Radius - 8 N/A 1 129-232 9 1 Area N/A 1 129-233 12 1 Radius - 8 N/A 1 131-025 13 1 Area N/A 1 131-212 3 1 Area N/A 1 131-219A 16 1 Area N/A 1 131-219B 38 1 Area N/A 1 132-019 15 1 Area N/A 1 132-214A 17 1 Radius - 8 N/A 1 132-217 28 1 Radius - 8 N/A 1 132-218 11 1 Radius - 8 N/A 1 132-232 14 1 Area N/A 1 132-250 34 1 Area N/A 1 132-254 17 1 Area N/A 1 132-256A 13 1 Area N/A 1 132-257A 22 1 Area N/A 1 132-257B 23 1 Area N/A 1 132-258A 24 1 Area N/A 1 132-258B 4 1 Area N/A 1 132-259 20 1 Area N/A 1 132-261 24 1 Area N/A 1 143-254A 18 2,3 Radius - 10 + P N/A 1 143-254B 2 2,3 Radius - 10 + P N/A 2 124-210A 46 3 Radius - 10 + P March 1 - August 15 2 124-210B 6 3 Radius - 10 + P March 1 - August 15 2 124-211 6 3 Radius - 10 + P March 1 - August 15 2 128-041 34 2 Area N/A 2 128-042 17 2 Area N/A 2 128-046 3 2 Area N/A 2 128-047 8 2 Area N/A 2 129-005 21 1 Area March 1 - August 15 2 131-019B 6 1 Radius - 10 + P N/A 2 143-020 11 2,3 Area N/A 2 143-210A 39 2 Area N/A 2 143-210B 13 2 Area March 1 - August 15 2 143-212B 25 2,3 Radius - 10 + P March 1 - August 15 2 143-214 22 3 Radius - 10 + P N/A 2 143-250 7 2 Radius - 10 + P N/A 2 143-251 14 2 Radius - 10 + P March 1 - August 15 2 143-253A 6 2 Radius - 10 + P March 1 - August 15 2 143-253B 10 2 Radius - 10 + P N/A Safety Plan. Contract shall provide a Safety plan to mitigate project specific risks and measures to take in case of injury. 3. Inspections and Acceptance FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 2.246-4 Inspection of Services--Fixed-Price (AUG 1996) 3.1 Quality Control Plan - Contractor Quality Control: The Contractor shall provide an approved Quality Control Plan describing methods to insure that the material produced comply with the applicable specifications of the specifications. In addition to the requirements in FAR 52.212-4, the Contractor shall maintain an inspection system acceptable to the Government. The intended purpose of the Contractor performing self-inspection is quality control of work being performed, thereby allowing the Contractor to identify and correct any quality deficiencies while the work is in progress. Prior to requesting an inspection or payment, the Contractor shall make available to the Government all of their inspection records of the work performed. 3.2 Specific Inspection Procedures Government Inspections Government inspections are for the purpose of satisfying the Government that the services are acceptable and do not relieve the Contractor of the responsibility for maintaining quality control. The Contracting Officer's Representative or designated inspector will conduct all inspections. The Contractor (or designated representative) is encouraged to be present to observe inspections. Summary results will be made available on request. Compliance Inspections. Visual compliance inspections will be made on a periodic basis. Such inspections are not final and do not constitute acceptance by the Government. Final Inspections. Final (formal) inspections for payment will be made on completed sub-items only. Contractor shall request final inspections in writing and give the Forest Service at least two working days advanced notice. Inspections will be completed within four working days after the notice is received. If the work is not ready for inspection at the time specified by the Contractor, the cost associated with the inspection attempt may be charged to the Contractor. 3.7 Disputed Inspection. The Contractor may request re-inspection without rework if the results are unacceptable. Re-inspection must be requested in writing within 48 hours after receiving written notice of the inspection results. Re-inspection will be accomplished within five working days after receipt of the contractor's written request. The same sampling and inspection procedures will be used, but new samples will be taken. The inspection pattern will be shifted so that new samples will not overlap previously inspected samples. Results will be rounded to the nearest whole percent. If re-inspection results are within five percentage points of the first inspection, the original inspection result will be used in determining acceptability and payment. If re-inspection results are greater than five percentage points above or below the first inspection, the re-inspection results will be used. If the re-inspection results are within five percentage points of the first inspection, the Contractor shall pay the actual costs of the re-inspection. 3.8 Re-inspection after Rework. Where rework after a failed inspection may improve the inspection results, the Contractor may rework the area and request (in writing) a second inspection. The Government will charge to the Contractor the cost of this additional inspection. Re-inspection will be accomplished within five working days after the notice is received. The results of the second inspection will be final, and no further rework will be permitted. Areas not ready for re-inspection at the time specified by the Contractor will not be re-inspected, and the results of the first inspection will be final. Methods of Measurement. Acreage was measured on a horizontal plane using a Global Positioning System. Estimated acreage: Actual acreage worked will be measured by the method(s) indicated above. Sampling: Plots. At least one percent of each treatment area will be sampled by a random series of plots distributed over the entire area. Plot size will be: 1/50 acre The Contracting Officer representative/inspectors will make visual inspections while work is in progress for compliance with the terms of the contract. Additionally, the Contracting Officer may make a systematic inspection using 1/50th acre (16.7 foot radius circle on a horizontal plane) plots to calculate an inspection quality based on application coverage and crop tree damage. Plots will be selected randomly and will not overlap. Sufficient plots will be taken to achieve a 1% sample of the treatment area (i.e. 1 plot for every 2 acres). Results will be recorded on inspection forms. The quality of application coverage will be determined by observing the indicator dye or colorant on the target vegetation surfaces. To determine this, the inspection plots will be divided into four (4) quadrants on cardinal directions (North, South, East and West). Each quadrant will be examined for coverage. If more than 90% of the target vegetation surfaces within the quadrant have been treated to specifications, it will be considered acceptable. See also Section J, Exhibit A, Application Coverage. To determine the percent satisfactory coverage, the number of acceptable quadrants will be divided by the total number of quadrants examined, then multiplied by 100 to give a percentage. For example, out of a total of 30 plots examined (120 quadrants), 112 quadrants received acceptable coverage: 112 / 120 x 100 = 93% Tree damage will be determined by inspecting each crop tree on the inspection plot. Crop trees will have unacceptable levels of damage if the following occurs: 1. Herbicide mixture or physical damage affecting more than 25% of the green crown. 2. Evidence of any amount of herbicide or physical damage on the terminal leader. 3. Any physical damage to the bole or stem of the tree. Tree damage will be determined by dividing the number of damaged trees by the total number of trees in all inspection plots. Percent of damaged trees in excess of 5% will be deducted from the inspection quality. To calculate inspection quality, inspection plots will be grouped by stand, and then stands will be grouped in order of treatment until the total number of plots equals or exceeds 30. An inspection quality percentage will then be calculated for each such group. Results will be rounded to the nearest whole percent. EXAMPLE INSPECTION QUALITY CALCULATION: Inspection of two stands yields 25 and 15 plots respectively, which are then grouped to exceed 30 plots. In the total of 40 plots, 152 of 160 quadrants are acceptable, and 12 of 200 crop trees are damaged. The overall inspection quality would be calculated as follows: Application coverage = 152 / 160 X 100 = 95% Crop tree damage = 12 / 200 X 100 = 6% - 5% = 1% deduction Inspection quality = 95% - 1% = 94% Inspection results will be available to the contractor upon request. E.3 Acceptance Work will be deemed acceptable when the government's visual inspections show acceptable performance and sample plot data indicate a work quality of 90% or higher. 3.6 Re-inspection after Rework. Where rework after a failed inspection may improve the inspection results, the Contractor may rework the area and request (in writing) a second inspection. The Government will charge to the Contractor the cost of this additional inspection. Re-inspection will be accomplished within five working days after the notice is received. The results of the second inspection will be final, and no further rework will be permitted. Areas not ready for re-inspection at the time specified by the Contractor will not be re-inspected, and the results of the first inspection will be final. 3.9 Final Cleanup Before final acceptance, all areas occupied by the Contractor in connection with the work shall be cleaned of all contractor's rubbish, excess materials, temporary structures, and equipment, and all parts of the work area shall be left in a neat and presentable condition. 4. Administration 4.1 Payments and Deductions. Payment will be made for fully acceptable work at the prices bid in the schedule of items. In the event of extended non-work periods because of adverse weather, the Contracting Officer may authorize progress payments for partially completed sub-items on a case-by- case basis. In accordance with the inspection clause, payment may be made for less than fully acceptable work at a reduced price. Other exceptions are noted below: Payment will be made in full if inspection results are 90 percent or higher. If inspection results are below 90 percent, a deduction will be made equal to 2 percent for every 1 percent below 90. For example, if inspection results are 87 percent, the bid price would be reduced by 6 percent. No payment will be made if results are less than 80 percent. 4.2 Liquidated damages will be charged as follows: Trees determined to be "damaged" will be charged for at the rate of $ 3.33 per tree. Such charges will be deducted from earnings. The number of trees to be charged for will be calculated as follows: Total number of damaged trees from the inspection record, multiplied by the reciprocal of the plot size, times the number of acres in the pay item, divided by the total number of plots taken, plus trees determined to be damaged under care of trees specifications. RETAINAGE (applicable to service contracts where work accomplishments are measured in units other than time) The following supplements Clause 52.232-1, Payments: The Contracting Officer may retain up to 10 percent of the invoiced amount if the contractor is behind schedule at the time the invoice is presented. "Behind schedule" means that the percentage of work completed is less than the percentage of time used. 4.3 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 the Contractor in accordance with the provisions of the "Government Property" FAR clause contained elsewhere in the contract. Clean backpack sprayers for wash down of accidently sprayed conifer seedlings. 4.4 Contract Release. Before final payment will be made the Contractor shall sign a release of all claims against the Government arising by virtue of this contract, other than claims, in stated amounts, that the Contractor has specifically excepted from the operation of the release. A release may also be required of the assignee if the Contractor's claim to amounts payable under this contract has been assigned under the Assignment of Claims Act of 1940 (31 U.S.C. 3727 and 41 U.S.C. 15). 4.5 Invoices. Payment will be made from Contractor's invoice. After February 28, 2014 all payment requests must be submitted electronically through the US Department of the Treasure's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, Invoices are required to be submitted as an attachment to the IPP Invoice and shall include: Invoice date, Government Contract Number, Billing period specified with beginning and ending dates and cannot overlap with other billing dates, An accounting (bulleted list, for example) of charges claimed and amounts due, Total amount due for the billing period. A Progress Report shall be submitted to support each invoice and shall include a summary of work performed during the period of performance identified on the invoice, which at a minimum must include: Spill Plan If the total oil or oil products storage exceeds 1,320 gallons or if any single container exceeds a capacity of 660 gallons, the Contractor shall prepare and implement a Spill Prevention and Countermeasures (SPCC) Plan. Such plan shall meet applicable EPA requirements (40 CFR 112), including certification by a registered professional engineer. The Contractor under the direction of the Contracting Officer, or in the absence of said officer, acting independently, shall immediately take action to contain and clean up, without expense to the Government, all petroleum products spills on or in the vicinity of the project which are caused by the Contractor's employees directly or indirectly as a result of contract operations. The Contractor may be held liable for all damages and costs of additional labor, subsistence, equipment, supplies, and transportation deemed necessary by the Government for the containment and clean up of petroleum products spills caused by Contractor's employees or resulting from contract operations. The Contractor shall immediately report all petroleum products spills to the Contracting Officer. Equipment Cleaning All off-road equipment used on this project shall be washed before moving into the project area so that the equipment is free of soil, seeds, vegetative material, or other debris that could contain or hold seeds of noxious weeds. "Off-road equipment" includes all logging and construction equipment and such brushing equipment as brush hogs, masticators, and chippers; it does not include log trucks, chip vans, service vehicles, water trucks, pickup trucks, and similar vehicles not intended for off-road use. Equipment will be considered clean when visual inspection does not reveal soil, seeds, plant material, or other such debris. Disassembly of equipment components or specialized inspection equipment is not required. Contractor shall notify the Contracting Officer at least five days in advance of moving equipment in so that arrangements can be made for inspection. If the project area is known to contain noxious weeds, the equipment shall be cleaned before moving to other Forest Service system lands which do not contain noxious weeds. Loss, Damage or Destruction Equipment Furnished with Operator. The Government shall not be liable for loss, damage, or destruction of equipment furnished under this contract except for such loss, damage, or destruction resulting from the negligent or wrongful act(s) of Government employee(s) while acting within the scope of their employment. Other. Even though this contract may provide for performing services at the direction of Government personnel, the contract is not for personal services, and neither the Contractor nor his or her personnel are Government employees. The Government assumes no liability for injury occurring to Contractor personnel or to third parties, or for loss, damage, or destruction involving third parties' property as a result of the Contractor's operation. Except that the Government is liable for such loss, damage, or destruction resulting from the negligent or wrongful act(s) of Government employee(s) acting within the scope of their employment. 5. Evaluation. 52.212-2 Evaluation Commercial Items. (OCT 2014) (a) 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: technical capability past performance Price Technical and past performance, when combined, approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The selection official will base the award decision on a tradeoff between price and non-price factors, comparing the relative risk to the government of poor or non-performance posed by each of the offerors, and making a judgment as to whether or not reduced risk of performance is worth the additional cost. In some cases this will result in award to a lower-ranked but lower-priced offer; in other cases the result will be award to a higher-ranked but higher-priced offer. Factors. Award will be made to the responsible offeror whose offer conforming to the solicitation is determined to be most advantageous to the government based on an evaluation of the following factors: Technical, Past performance, and price. Non-Price Factors (2): 1. Relevant Past Performance Relevant Past Performance is a measure of the degree to which an offeror, including any sub-contractors the offeror intends to utilize for this project, have satisfied its customers, complied with contract terms and conditions in addition to applicable laws and regulations. The Government may contact individuals and firms for whom you have performed services to evaluate your experience and past performance record. The Government will enquire about elements such as the quality of the work, customer satisfaction, timeliness of performance and overall business relations. Offerors shall submit the following information for up to 3 contracts of similar work type, with a preference for recent work: 1) Name of project; 2) Type of project/description of work; 3) Name of firm or agency for which project was performed; 4) Project completion date; 5) Name and contact information for the firm or agency project reference person(s). 2. Technical Approach The Government will evaluate each offeror's relative capacity to perform the work on the basis of its written submittals addressing the following sub-factors: A) Work Plan, including methods of work and proposed schedule. B) Experience, key personnel. C) Quality Control Plan to ensure Quality Standards as described in the solicitation. D) Safety Plan specific to the work site. E) Availability and benefit to local community List the soonest date your firm would be able to start work and give a proposed timeframe in which work would be completed, such as a number of calendar days. Describe how your firm will benefit the local economic community. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, "Instructions to Offerors-Commercial Items" (Jan 2017) 2. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (Nov 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.aquisition.gov/far/ The following contract clauses apply to this acquisition: • FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (Jan 2017) • FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (NOV 2017) ADDENDUM TO FAR 52.212-4 52.217-8 Option to Extend Services. (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within ___10 days. (End of clause) The following clauses are hereby incorporated by reference or full text as appropriate: 52.236-7 Permits and Responsibilities (NOV 1991) 52.236-13 Accident Prevention (NOV 1991) 52.246-4 Inspection of Services--Fixed-Price (AUG 1996) 52.217-4 Evaluation of Options Exercised at Time of Contract Award. (JUN 1998) 52.217-5 Evaluation of Options (JUL 1990) 52.215-5 Facsimile Proposals (OCT 1997) and Electronic Submissions 52.216-1 Type of Contract (APR 1984) AGAR 452.236-72 Use of Premises (Nov 1996) AGAR 452.236-74 Control of Erosion, Sedimentation, And Pollution (Nov 1996) AGAR 452.236-73 Archaeological or Historical Sites (Feb 1988) AGAR 452.236-77 Emergency Response (Nov 1996) AGAR 452.236-77 Emergency Response (Nov 1996) AGAR 452.237-74 Key Personnel (Feb 1988) 52.217-7 Option for Increased Quantity-Separately Priced Line Item. The following subparagraphs of FAR 52.212-5 are applicable: 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders. Commercial Items. (JAN 2018) (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 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: _x_ (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). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (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.) _x_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. _X_(6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _x_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). _x_ (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 (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Nov 2016) of 52.219-9. __ (iii) Alternate II (Nov 2016) of 52.219-9. __ (iv) Alternate III (Nov 2016) of 52.219-9. __ (v) Alternate IV (Nov 2016) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). _x_ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). _x_ (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). _x_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (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, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (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 (Oct 2016) (E.O. 13126). _x_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _x_ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). _x_ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). _x_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _x_ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (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). __ (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (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) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). __ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). __ (38)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (39)(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. __ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (41)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. _x_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). __ (44) 52.223-21, Foams (JUN 2016) (E.O. 13693). __ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). __ (ii) Alternate I (JAN 2017) of 52.224-3. __ (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). __ (47)(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. __ (48) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (49) 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). __ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). __ (60)(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.] __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). _x_ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). _x_ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 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). __ (5) 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). __ (6) 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). __ (7) 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_ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). _x_ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). __ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (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 (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 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. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (x) 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. (xi) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xii) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xiii) 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). (xiv) 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). (xv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 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. (xxi) 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. (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. Employment of Eligible Workers a) Labor standards for contracts involving H-2B workers or migrant and seasonal agricultural workers 1. General This contract is subject to the Migrant and Seasonal Agricultural Worker Protection Act (MSPA), 29 United States Code (U.S.C) 1801-1872, and to the U.S. Department of Labor (DOL) regulations implementing MSPA 29 Code of Federal Regulations (CFR) Part 500. MSPA eliminates activities detrimental to migrant and seasonal agricultural workers, requires registration of Farm Labor Contractors, and ensures necessary protection for the workers. Information regarding MSPA can be found at http://www.dol.gov/whd/mspa/index.htm. If workers are hired under the H-2B program, (8 CFR Section 274A provisions of the Immigration and Nationality Act (INA) for the admission of nonimmigrants to the U.S. to perform temporary labor or services) a Temporary Employment Certification issued by the Office of Foreign Labor Certification (OFLC) in the Department of Labor Employment and Training Administration is required. For further information on the requirements of the H-2B program, visit OFLC's website at http://www.foreignlaborcert.doleta.gov/ or Wage and Hour's website at http://www.dol.gov/whd/immigration/H2BFinalRule/index.htm. Compliance with MSPA and the INA is a material condition of this contract. If the contractor employs any unauthorized worker(s) during the performance of this contract that violates section 274A of the INA, the Government may terminate the contract, in addition to other remedies or penalties prescribed by law. 2. Definitions a) H-2B worker: as used in this part means a nonimmigrant holding a visa authorizing the individual to legally work in the US to perform temporary labor or services. A worker with an H-2B visa ("H-2B worker") may also be considered a migrant agricultural worker under MSPA depending on the type and nature of work performed. b) Migrant Agricultural Worker and Seasonal Agricultural Worker: as used in this part means individuals employed for agricultural (including forestry) work on a seasonal or temporary basis. i. A worker, moving from one seasonal activity to another, is employed on a seasonal basis even though the worker may continue to be employed during a major portion of the year. ii. An overnight absence from the migrant workers permanent place of residence is required. iii. Members of the contractor's immediate family are not considered migrant or seasonal workers. Immediate family includes: • Spouse • Children, stepchildren, or foster children • Parents, stepparents, or foster parents, or • Brothers and sisters c) Farm Labor Contractor (FLC). As used in this part means a person including an individual, partnership, association, joint stock company or a corporation, who, for any money or other valuable consideration, paid or promised to be paid, performs any recruiting, soliciting, hiring, employing, furnishing, or transporting of any migrant or seasonal agricultural worker. 3. Registration Requirements a) Any contractor providing or hiring H-2B nonimmigrants for work under this contract shall provide a copy of their Temporary Employment Certificate. General information about the H-2B program can be found on Fact Sheet # 78 at http://www.dol.gov/whd/regs/compliance/whdfs78.htm. Contractors can apply for the certificate through the US DOL Employment & Training Administration‘s on line iCERT Visa Portal System at https://icert.doleta.gov/ or by paper application. b) Any contractor who meets the definition in (2.iii.) above providing or hiring migrant or seasonal workers to perform agricultural or manual forestry work shall first obtain a Federal DOL Farm Labor Contractor Certificate of Registration (http://www.dol.gov/whd/forms/fts_wh530.htm). The contractor shall carry the certificate at all times while engaged in contract performance and shall display it upon request. Any of the contractor's employees who perform any one or more of the activities defined as an FLC in paragraph (2.iii.) must have their own FLC Employee Certificate. General information about MSPA can be found on Fact Sheet #49 at DOL Wage and Hour Divisions webpage http://www.dol.gov/whd/regs/compliance/whdfs49.htm. 4. Certifications The Contractor shall provide applicable H-2B Temporary Employment Certificate or Farm Labor Contractor Certificate as part of their representations, certifications, and acknowledgements. Subcontractor(s) meeting the definitions above shall follow the same requirements as the Prime Contractor. It is the Prime Contractor's responsibility to ensure the Subcontractor's information is provided to the Contracting Officer. 5. Worker Protections a) Worker Information Posters i. A contractor who uses the H-2B program to meet its temporary employment needs must post and maintain the H-2B poster (WH-1505) in a conspicuous location accessible to workers at the job site. ii. The contractor shall display and maintain the MSPA poster (WH-1376) on the job site in a conspicuous location accessible to workers during the contract performance period. b) Personal protective equipment i. 29 CFR 1910 Subpart I, OSHA's General Industry personal protective equipment (PPE) standard contains the general requirements for the provision of personal protective equipment and requires employers to perform a hazard assessment to select appropriate PPE for hazards that are present or likely to be present in the workplace. OSHA requires that many categories of personal protective equipment meet or be equivalent to standards developed by the American National Standards Institute (ANSI). ii. Before a worker begins operating equipment, the contractor shall train the workers on the safe operation and use of the equipment. iii. The contractor shall provide the appropriate personal protective equipment for the work required to be performed in the contract, wherever necessary by reason of hazards or processes encountered that may cause injury or impairment in the function of any part of the body. Except for foot protection, all PPE must be provided by the employer at no cost to the employee. Includes: • Head Protection • Hearing Protection • Eye/Face Protection • Leg Protection • Foot Protection • Hand Protection iv. PPE must be sanitary and in reliable condition. Do not use defective or damaged PPE. PPE must be inspected prior to use on each work shift to ensure it is in serviceable condition. v. A checklist of applicable PPE guidelines typical for the work performed under this contract is provided. This does not relieve the contractor of the responsibility of performing a risk assessment or providing the necessary PPE for their operations. Reference https://www.osha.gov/SLTC/personalprotectiveequipment/index.html or OSHA 3151-12R 2003 Personnel Protective Equipment Booklet. • MSPA - Forestry Working Conditions Checklist • Manual Logging activities: https://www.osha.gov/SLTC/etools/logging/manual/logger/personal_equip.html • General Machine and Vehicles Logging activities: https://www.osha.gov/SLTC/etools/logging/mechanical/machines.html • Spraying c) Field Sanitation. OSHA established minimum standards for field sanitation in covered agricultural settings. Refer to Fact Sheet # 51 Field Sanitation Standards under the Occupational Safety and Health Act. 6. Employment Requirements - Fact Sheets with relevant information may be found at http://www.dol.gov/WHD/fact-sheets-index.htm. a) Contractors employing workers in forestry related work are required to comply with wage and payroll standards and recordkeeping requirements. Refer to Fact Sheet #63: Application of Federal Labor Laws to Reforestation found on the DOL Wage and Hour Division webpage. b) Contractor Employee List. Contractors are required to provide/maintain an active list of all employees performing work on the job site under this contract. The Employee List will identify employees by full name (aliases), supervisory duties if applicable, and appropriate labor Occupation Code for work performed under the Service Contract Act Wage Rates applicable to this contract. If Subcontractors are utilized, all tiers of subcontractor(s) are responsible for providing the same information for their employees to the Prime for submittal to the Contracting Officer. 7. Transportation a) The contractor shall be registered to transport employees, unless employees provide their own transportation or carpool by their own arrangement in one of their own vehicles. Authorization for each vehicle that will be used to transport employees must appear on the contractor's certificate. If the contractor directs or requests employees to carpool, the registration requirement is applicable. Any driver, who transports workers for a fee or at the direction of the contractor, shall be registered as an FLC or an FLC employee. b) See Fact Sheet #50: Transportation Under MSPA, for more information about the vehicle safety standards, driver's licensing requirements, and vehicle insurance requirements. Note that separate transportation requirements may apply if there are H-2B workers. 8. Housing a) The authorization to furnish housing, other than commercial lodging certified by a health authority or other appropriate agency, must appear on the contractor's certificate. Contractors should contact their local Wage and Hour Division of the DOL for further information on the requirements of the Act. b) Camping Requirements. The Forest Service (FS) has various camping opportunities. Check with local FS unit for camping requirements, camping permits may be required. Verify local fire restriction policies. If camps will be used to house workers subject to MSPA, they are also subject to the temporary labor camp standards at 29 CFR 1910.142. The Forest Service reserves the right to terminate a camping permit at any time. These requirements are in addition to those contained in or provided for under the clause titled "452.236-72 Use of Premises" in this contract. Any violation of these conditions constitutes a breach of contract and may result in revocation of camping approval. i. Every structure used as shelter must provide protection from the elements. Where adequate heat is not provided, make other arrangements to protect workers from the cold. Cut firewood only after a District Firewood Permit is obtained. ii. The campsite must not encroach beyond the boundaries designated by the Forest Service. The campsite location must minimize impacts on streams, lakes, and other bodies of water. Camping is not permitted within developed recreational sites or along primary recreational roads. iii. The campsite must have a clean appearance at all times. Upon abandonment of any campsite, or termination, revocation, or cancellation of camping privileges, the contractor shall remove, within 10 calendar days, all structures and improvements except those owned by the United States, and shall restore the site, unless otherwise agreed upon in writing or in the camping permit. Structures or improvements the contractor fails to remove within the 10 calendar day period becomes the property of the United States, however, the contractor remains liable for the cost of the removal and restoration of the site. iv. Unless otherwise designated by the CO, the use of the area is not exclusive and may be granted to other permittees, contractors, or recreating public. Disorderly conduct is not permitted. v. Damaging or removing any natural feature or other property of the Forest Service is prohibited. vi. Servicing of equipment in the campsite is not permissible unless the campsite is within the project area. vii. Provide sanitary facilities for storing food. Provide ice chests or coolers, with ice supply made from potable water, and replenish as necessary. Provide sufficient storage for perishable food items. viii. Provide an adequate and convenient potable water supply in each camp for drinking and cooking purposes. ix. Provide adequate toilet facilities and toilet paper for the capacity of the camp. Service and maintain facilities in a sanitary condition. x. Collect, store, and dispose of garbage in a manner to discourage rodent access, minimize attraction of flies, and prevent scattering by wind xi. Maintain basic first aid supplies available, which must be under the charge of a person trained to administer first aid. The basic supplies must include: • Gauze pads (at least 4x4 inches) • Two large gauze pads (at least 8x10 inches) • Box adhesive bandages (band-aids) • One package of gauze roller bandage (at least 2-inches in width) • Two triangular bandages • Scissors • At least one blanket • Tweezers • Adhesive tape • Latex gloves, and • Resuscitation device such as resuscitation bag, airway, or pocket mask. xii. Wash laundry in such a way that washing and rinsing will not pollute lakes, streams, or other flowing water. xiii. Dispose waste water away from living and eating areas and in such a way that minimizes pollution to lakes, streams, and other flowing water. xiv. The contractor shall take all reasonable precautions to prevent and suppress forest fires. Do not dispose of material by burning in open fires during the closed season established by law or regulation without the written permission from the Forest Service. xv. If authorized to have an open fire, the Contractor shall comply with the following fire regulations: • A shovel, axe or Pulaski, a 10-quart pail, which is full of water for immediate use, and a fire extinguisher with an Underwriters Laboratory (UL) rating of at least 1:A 10:BC is required. • All fire rings or outside fireplaces must be approved by the Forest Service representative. The area must be cleared down to mineral soil for a distance of one foot outside of the ring or fireplace, and it must not have any overhanging material. Fire rings must be dismantled and material disposed prior to leaving the site. • All generators and other internal combustion engines must be equipped with Forest Service approved spark arrestors and/or factory designed muffler and exhaust system in good working order. They will be located in a cleared area with the same requirements as in described in the previous paragraph. • All fuel must be stored in UL approved flammable storage containers and be located at least 50 feet from any open flame or other source of ignition. c) Include the instructions below, Representations, certifications, and other statements of offerors or respondents. Contractors are required to provide certification of employment status as part of their representations, certifications, and acknowledgements. Employment of Eligible Workers Contractors are required to provide certification under this solicitation in compliance with the Migrant and Seasonal Agricultural Workers Protection Act (MSPA) and Farm Labor Contractor (FLC) Certificate of Registration requirements describing the workforce they will utilize to fulfill the contract requirements under this solicitation and any resulting contract. If the Contractor will supply workers under the H-2B Program, the Contractor is required to provide a copy of the Temporary Employment Certificate issued by DOL. Subcontractors are bound by the same requirements for licenses and permits under this contract. If a Prime Contractor identifies a Subcontractor as part of their workforce to accomplish the work under this solicitation, the Prime Contractor shall submit the Subcontractor's signed certification with their response to the solicitation. H-2B Workers: (http://www.foreignlaborcert.doleta.gov/) 0 Company certifies it will not be utilizing H2B Workers under any resulting contract of this solicitation. 0 Company will be utilizing H2B Workers (under any resulting contract of this solicitation. Provide a copy of Temporary Employment Certificate.) MSPA Workers: (http://www.dol.gov/whd/mspa/) 0 Company certifies it will not be utilizing MSPA workers under any resulting contract of this solicitation. 0 Certifies has valid FLC certificate of registration. (Attach a copy of current certification.) Authorization includes: 0 Transporting workers 0 Driving 0 Housing workers 0 Company has applied for certificate of registration on ____________. Contractors not currently having obtained a certificate (for each partner, if partnership) will be requested to furnish proof of having obtained a certificate prior to award of contract. Partnerships must furnish proof of registration of their assumed business name, if any, with the State of registration. State of ______________ No.______________ Information about licensing requirements and procedures may be obtained from the following: I, on behalf of said Company, certify to the above responses. ______________________________ ____________ (Signature) (Date) ______________________________ ____________ (Printed Name) (Title) All quoters shall submit at a minimum Signed Schedule of Items /Filled in MSPA certification (see page 23) Any Amendments Capabilities sheet or similar Document Please address all requirements in solicitation. All quotes shall be sent to the Tahoe National Forest, SO, CCASA, ATTN: OTMartinez, 631 Coyote St. Nevada City, C 95959 or by email to tracymartinez@fs.fed.us This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a Firm Fixed Priced Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than May, 14 2018, 3:00 pm at 631 Coyote St. Nevada City, CA 95959 or email to tracymartinez@fs.fed.us. If hand delivered, Please take to Tahoe NF CCASA office. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Fax quotes to 530-478-6126. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, O'Laine Martinez, tracymartinez@fs.fed.us. Point of Contact Contracting Officer, O'Laine Martinez 530-478-6823, email: tracymartinez@fs.fed.us.   Experience Questionnaire Instructions: See Box 10, Remarks, if extra space is needed to answer any item below. Mark X in the appropriate boxes. 1. Contractors Name, Address, & Telephone No. ( ) - Email: @. 2. Type of Business: (Include letter of authorization on who can bind or sign for company) see FAR 4.102 0 Sole Proprietor (no letter needed) 0 Partnership (Copy of Agreement w/auth.) 0 Corporation (Agent, authority 0 LLC 0 Non-profit Organization 0 Joint Venture (All Parties sign) 3. How many years experience do you have in this line of work? Years 4. How many years experience as a prime contractor? As a subcontractor? 5. Relevant Projects: Provide information requested in Factor 1.b - Past Performance on relevant projects your business has completed: 6. List below all of your firm's contractual commitments running concurrently this solicitation Contract Number Award Amount Percent Completion Awarded Units Date Contract Completed Contact Name, Address, & Telephone Number. 7a. Have you ever failed to complete any work awarded to you? 0 Yes 0 No 7b. Has work ever been completed by performance bond? 0 Yes 0 No 7c. If ‘Yes' was checked to either item 7a or 7b, specify location(s) and reason(s) why: 7d. Did you look at the project site(s) on-the-ground? 0 Yes 0No 8. Organization that will be available for this project: a. 0 All work performed by prime, OR 0 Subcontracting % to be performed by sub. (Include information on Subcontractors) b. Minimum number of employees: and Maximum number of employees: c. Are employees regularly on your payroll? 0 Yes 0 No d. Specify equipment available for this contract: e. Estimate rate of progress (Such as acres/day, miles/day, or other rate): Minimum progress rate: Maximum progress rate: 9. List the experience of the principal individuals of your business that will be assigned to this project: Individuals Name Present Position Years of Experience Type of Work 10. Factor 2.c Biobased Product Plan: a. Products to be used on this contract: (Provide justification if using non-designated products.) a. Provide experience of using sustainable products on past contracts: b. Cost of Biobased Products to be used on this contract: 11. Remarks: 12. Certification: I certify that all of the statements made by me are complete and correct to the best of my knowledge and that any persons named as references are authorized to furnish the Forest Service with any information needed to verify my capabilities to perform this project. (Printed Name) (Signature) (Title) (Date)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/129JGP18Q0073 /listing.html)
 
Place of Performance
Address: The Amador Ranger District office is located at 26820 Silver Drive, Pioneer, CA 95666, approximately 18 miles east of Jackson, CA on State Highway 88. Eldorado National Forest., Pioneer, California, 95666, United States
Zip Code: 95666
 
Record
SN04911233-W 20180506/180504230522-8761477331b357480ce737b03bb1b781 (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.