Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26, 2000 PSA #2693
SOLICITATIONS

Z -- TREE CLEARING

Notice Date
September 22, 2000
Contracting Office
Bureau of Reclamation, Contracts Group, 1150 N. Curtis Road, Suite 100, Boise, Idaho 83706-1234
ZIP Code
83706-1234
Solicitation Number
00SQ180060
Response Due
October 6, 2000
Point of Contact
Linda Stillwaugh 509-575-5946
E-Mail Address
Click here to contact the contracting officer via (lstillwaugh@pn.usbr.gov)
Description
This is a Request for Quotes (RFQ) for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented in accordance with the format included in this notice. The RFQ is being issued as 00SQ180060. Quotes are due October 6, 2000, COB, PDT. The Standard Industrial Classification (SIC) is 1629, the size standard is $27.5 million. The RFQ incorporates revisions and clauses in effect through Federal Acquisition Circular 97-19. FAX requests to Linda Stillwaugh at 509-454-5964 for the full RFQ, or call her at 509-575-5946. The requirement is: CLIN 001 1. General: Clear all trees (except Eagle Perch Trees noted in Section 2), downed and standing, deadwood or live, and remove stumps from the area defined and located immediately downstream of Wickiup Dam from station 20+50 to station 36+75 and 62 feet wide (i.e., between approximate offsets 240 and 302 feet right of the dam axis) and from station 36+75 to station 53+75, clearing width varies between offset 240 and 420 feet right of the dam axis. Area of the clearing project approximates 8.65 acres and has been staked along clearing limits. In accordance with the Government's policy for maximum utilization of timber, the Contractor shall make every reasonable effort to channel timber removed from the work site into beneficial use. 2. Identified Trees for Removal and Protection: Trees to be removed shall include those identified by the U.S. Forest Service (USFS). Identified trees are approximately 6 inches and larger in diameter and have been marked with yellow paint. Identified trees shall be removed by pushing, pulling or other suitable means which will cause the trees to remain intact inclusive of the rootball and stored at landings located Northeastward and outside of the clearing limit at approximate stations 21+25, 23+75 and 38+25. Additional landings shall be jointly identified by Contractor and U.S. Bureau of Reclamation (USBR) Representative(s), in cooperation with USFS Representative(s), prior to commencement of the work. Distance between landings shall not exceed 600 feet unless by mutual consent between Contractor and USBR Representative(s) and at no additional cost to the Government. Ground surfaces, following stump removal, shall be back dragged/graded to smooth contours devoid of holes and ruts and shall be left suitable to vehicular travel. Trees identified on drawings as Eagle Perch Trees, shall be protected in place. Eagle Perch Trees and area about the trees shall remain undisturbed 25 feet from the tree's trunk. Protected areas will be staked by the Government. Contractor shall protect and save harmless lands adjacent to the work zone unless approved by the Bureau of Reclamation. 3. Non-Identified Trees and Stumps: Standing trees shall be cut within six inches of the ground. Trees, branches, slash and woody debris not suitable as merchantable product become property of the Contractor and are to be chipped or removed from the work zone. Chips, not suitable as merchantable material, are to be spread uniformly throughout the cleared area. Burning within the work zone is prohibited. Stumps shall be transported and stockpiled between drainage ditch and toe of the dam between stations 57+50 and 75+50 and as approved by the onsite USBR Representative. Ground surfaces, following stump removal, shall be back dragged/graded to smooth contours devoid of holes and ruts and shall be left suitable to vehicular travel. 4. Work Zone and Access Restrictions: All work shall be confined to the work zone area noted on drawings 112-155-0001, revised 9/16/2000 and 112-155-0002, revised 9/16/2000 and described as "Downstream limit of clearing". Copies of drawings are attached to this "Statement of Work". Access into the work zone shall be from existing roads. The Contractor shall maintain roads in their pre-job condition and shall repair any damage to roads caused by Contractor use. Maintenance and repair shall be subject to approval by the Government. The work zone contains areas of saturated soils and possibly standing water which may require bridging for travel of heavy equipment. Prospective bidders are cautioned to pay particular attention to a wet area between stations 25+50 and 30+00. Materials used to bridge wet areas can consist of slash, small trees, matting, pit run gravels or other material subject to approval by the Government. Woody materials shall be removed as approved by the Government. Rock materials may be left in place. 5. Work Restrictions at Drainage Ditch: Ground disturbing activity and interruption of flows in the drainage ditch will not be permitted; work adjacent to the drainage ditch will be done in a manner that will not cause turbidity in the ditch. Identified trees adjacent to the drainage ditch and which will cause turbidity in the ditch, if pulled, shall be cut to within six inches of the ground and become property of the Contractor to be disposed of as noted elsewhere in Section 4 above. Similarly, stumps from non-identified trees along the drainage ditch shall not be pulled. 6. Contract Period: All work shall be completed within the estimated time period of October 16 through November 16, 2000. The Contractor shall notify the Government 48 hours prior to commencing the work and provide a similar notification time in the event of a break in the contractor work activity. 7. Safety: Contractor shall comply with Bureau of Reclamations: Reclamation Safety and Health Standards (RSHS)and fire prevention requirements administered by the U.S. Forest Service, Bend Office, Bend, Oregon. Copies of RSHS and fire prevention requirements may be obtained from the Bureau of Reclamation and Forest Service. 8. Measurement and Payment: Measurement, for payment, for clearing will be made of areas cleared in accordance with this contract. Payment for clearing will be made at the unit price per acre bid therefore in the quote. Offers are to be mailed to Bureau of Reclamation, Attn: Linda Stillwaugh, PO Box 2967, Yakima, WA 98907. All sources responding to this synopsis shall submit information relating to business status, including identification as to whether small, large, minority-owned, and/or woman-owned. All responsible sources may submit an offer, which will be considered by this Agency. See Numbered Note #1.
Record
Loren Data Corp. 20000926/ZSOL011.HTM (W-266 SN499793)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on September 22, 2000 by Loren Data Corp. -- info@ld.com