|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,1999 PSA#2287United States Air Force, Direct Reporting Units, 10 ABW/LGC USAF
Academy, CO, 8110 Industrial Drive, Suite 200, USAF Academy, CO,
80840-2315 F -- LOGGING OPERATIONS SOL F05611-98-T2672 DUE 030599 POC Ronald
Hudgins, Contracting Specialist, Phone (719) 333-2965, Fax (719)
333-4404, Email hudginsre.lg@usafa.af.mil -- Ronald Hixson, Contracting
Officer, Phone (719) 333-2571, Fax (719) 333-4404, Email WEB: Visit
this URL for the latest information about this,
http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F05611-98-T
2672&LocID=479. E-MAIL: Ronald Hudgins, hudginsre.lg@usafa.af.mil. This
is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. This solicitation is issued
as a Request For Quote (RFQ), solicitation number F0561198T2672. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-10. The Standard
Industrial Classification Number is 0851 and the business size standard
is $5M. The proposed purchase order here is reserved for small
businesses. Women owned businesses are encouraged to submit quotes. The
Natural Resources Office, Air Force Academy intends to contract for the
removal of up to forty (40) mountain pine beetle invested trees located
throughout the Academy, and extensive logging operations, to include
requirements for felling trees, limbing, bucking, skidding, loading,
hauling, brush disposal, scarifying, waterbarring and seeding skid
trails and landings in three predominately semi-improved and unimproved
units of forestlands totaling 95 acres in the Air Force Academy, CO.
Applicable forest areas are identified on a Project Area Map, which is
available upon request from the points of contact cited below. The
boundary of each timber stand to be cut is designated with 3 blue
stripes that face into the unit. These boundary trees mark the outer
edges of the project area and will not be cut down or damaged in any
way. Trees within this boundary that are designated to be cut and
removed are those trees that do not have a blue paint stripe at around
4.5 feet up on the bole and a blue dot on the stump. All blue marked
trees are "leave" trees and will not be cut or damaged in any way. The
contractor shall cut stumps as close to the ground as possible. Stump
height shall not exceed 6" on the uphill side. STUMPAGE- the
contractor shall pay stumpage rates for all merchantable wood products
removed from the project area. Merchantable forest products are all
portions of the cut tree that have a merchantable value as determined
by the Academy Forester. This includes, but may not be limited to
sawlogs and firewood. Sawlogs are all logs that are at least 6" in
diameter inside bark at the smalll end and 8' long or longer with 33%
or less defect due to rot, crook, sweep, or other factors. The payment
schedule for merchantable material on a per unit basis is as follows:
Unit 1, 63 acres, total volume 252 cords, stumpage due $8,064.00; Unit
2, 22 acres, total volume 88 cords, stumpage due $2,816.00; Unit 3, 10
acres, total volume 40 cords, stumpage due $1,280.00. All forest
products shall remain the property of the U.S. Government until the
products are removed from the Academy; i.e. until the product is
actually hauled through either the north or south gate. The contractor
shall render stumpage payment checks to the Academy Forester prior to
removal of merchantable products from the Academy. All portions of
felled trees that are 3" or greater in diameter outside bark shall be
removed from the Academy in any form that is convenient and economical
to the contractor. Slash, the woody material that is less than 3" in
diameter outside bark that results from the contractor's operation,
shall be disposed of, depending on the location, as directed by the
Natural Resources representative, as follows: PILING- slash shall be
hand piled or machine piled using a bulldozer equipped with a brush
blade. Sash piles shall be located so that when they are ignited,
residual trees will not be scorched or damaged by heat. Piles shall not
exceed 10 feet in height and shall be kept smaller in areas of heavy
residual trees. Dirt shall be kept to an absolute minimum within all
piles. A total of 20 acres will be piled in the north sections of units
1 and 2. LOP AND SCATTER- slash shall be lopped and scattered so that
it lies no higher than 12 inches above the ground. Trees shall be
limbed to the tip and branches shall be cut so the length is 3' or
less. Slash shall be treated on a daily basis, concurrently with
felling operations. CHIP AND SCATTER- slash shall be chipped and
scattered evenly over the forest floor. Chips shall not accumulate in
excess of 1 " in depth. Attendance at one of two site visits to be
conducted on 26 Feb 99 and 02 Mar 99 is highly recommended. Point of
contact for scheduling a site visit is Mr. Jim McDermott, 510th
CES/CEVP, 719-333-3336. The contractor shall furnish all labor,
materials, tools, to include all OSHA required personal protective
equipment for logging crews, chain saws, pruning saws, vehicles, and
fuel, to conduct all operations connected with this logging project.
The contractor shall also have the following equipment on site: one
shovel for each person on the job site and one fire extinguisher for
each piece of motorized equipment on the job site. Contractor will
provide a rubber-tired skidder or tracked machine(dozer) equipped with
an industrial winch and a minimum of 100 feet of wire rope. Skidder or
dozer must also be equipped with a front blade. Mechanized logging
systems, such as feller/bunchers, are not allowed in order to prevent
excessive damage to the residual forest. All work required under this
contract shall be conducted in an orderly, professional, workmanlike
manner. The contractor shall submit an operating plan with his /her
quote to include a start date, estimated completion date, and an
acknowledgement that all work shall be done to the specifications in
this synopsis/solicitation, with stumpage payments to be made in the
amounts indicated below. Each unit shall be completed and all contract
requirements approved by the Academy Forester prior to beginning work
in the next unit. All necessary precautions shall be taken to protect
the residual forest, streams, and surrounding natural resources. The
contractor shall pick up all trash produced by employees on a daily
basis and keep the job site clean at all times. Damage Penalty -- A
fine of $75 shall be assessed for each residual tree that is
excessively damaged by the contractor's operation. The contractor shall
exercise all precautions to prevent wildfire. The contractor shall
assist in the suppression of any wildfire caused by contractor
operations. LINE ITEM 0001: Quantity: Removal of 40 each infested
trees, Unit Price: $______per tree . Extended "Not To Exceed" Amount:
$______ . LINE ITEM 0002: Quantity: 1 Job, Logging Operations, Unit
Price: $__________. Extended Amount: $__________. Beetle invested trees
will be marked /identified by Academy forestry personnel no later than
1 April 99. The contractor will cut, remove, and buck these trees into
4 foot lengths; deliver and stack the logs as directed at bldg 9030 by
1 July 99. Period of performance for the remaining logging operations
is date of award (on/about 12 Mar 99) thru 31 July 99 with the
following limitations. The Natural Resources Office may suspend or
limit the contractor's operation at any time in the event of excessive
damage occurring to the residual stand caused by the contractor's
operations; to the ground due to the presence of mud, snow, etc.;
during periods of extreme fire danger. IF the suspension is due to a
naturally occurring event, the number of days the operations is shut
down shall be added to extend the completion date up to 30 Sep 99. The
contractor shall submit monthly invoices based on the estimated
percentage of work completed for each unit to 510th CES/CEPV, 8120
Edgerton Dr., Suite 40, USAF Academy, CO 80840, FAX # 719-333-3337 for
certification of services received by the Academy Forester and
subsequent submission to the paying office. ALERT: Vendors are STRONGLY
encouraged to use the Standard Form 1449 as the first page of their
offer/quote/bid and completely provide the requested data for all
blocks. If you choose NOT to use the Standard Form 1449, you are
cautioned to complete and provide with your written offer/quote/bid all
the data requested by FAR 52.212-1. Failure to do so may render your
offer/quote/bid as non-responsive and may eliminate you from
consideration for award. The clause at 52.212-1 applies to this
solicitation; however, no addenda applies to 52.212-1. The provision at
52.212-2 Evaluation -- Commercial Items applies to this acquisition
with all offers being evaluated against the following factors in the
descending order of importance: 1) Technical capability, 2) Past
performance, and 3) Price. Technical capability of the contractor shall
be evaluated to determine if the contractor's operating plan and
equipment meet the specifications set forth in this solicitation.
Technical capability and past performance will be rated using the
following system: 1) Does not meet the standard (-); (2) meets the
standard (0); and 3) Exceeds the standard (+). Past performance will be
evaluated to determine if the offeror has conducted logging operations
of similar magnitude, with similar terms within the past two years.
Offerors must provide with the proposal at least three (3) references
to illustrate this past performance for the purpose of evaluation.
Price will be evaluated for fairness, reasonableness, and completeness
as it relates to the items offered. Award will be made based on best
value to the Government. The offeror who has the best combination of +
and 0 signs on the evaluation scoring and is considered to be most
advantageous including price to the Government will be considered the
apparent awardee. Offers shall include a completed copy of the
provision at 52.212-3, Offeror Representations and Certifications --
Commercial Items, with its offer. The clause 52.212-4, Contract Terms
and Conditions -- Commercial Items, with the following addenda applies
to this acquisition: 53.232-23, Mandatory Information For Electronic
Funds Transfer Payment. The clause at 52.212-5, Contract Terms and
Conditions Required To Implement Statutes or Executive Orders --
Commercial Items applies to this acquisition. Additional FAR clauses
cited in the clause applicable to this acquisition are: (b)6,7,8,9;
52.222-41, Service Contract Act of 1965; and 52.222-42, Statement of
Equivalent Rates for Federal Hires. DFARS 252.212-7001, Contract terms
and conditions required to implement status of Executive Orders
applicable to Defense Acquisitions of Commercial Items, NOV 1995
applies to this acquisition with the inclusion of the following DFARS:
252.204-7004 (MAR 19980)-Required Central Contractor Registration.
Offers must be received NLT 3:00 pm Mountain Daylight Savings Time, 05
March 1999. at Operational Contracting Office, 8110 Industrial Drive,
Suite 200, USAF Academy, CO 80840-2315. Ronald Hudgins (719) 333-2965,
or TSgt Ronald Hixson, 719-333-2571 may be contacted for information
regarding this solicitation. Posted 02/18/99 (D-SN299920). (0049) Loren Data Corp. http://www.ld.com (SYN# 0034 19990222\F-0004.SOL)
F - Natural Resources and Conservation Services Index Page
|
|