Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4, 2001 PSA #2928
SOLICITATIONS

F -- LOGGING OPERATIONS

Notice Date
August 30, 2001
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
ZIP Code
80840-2315
Solicitation Number
F05611-01-R-0339
Response Due
September 5, 2001
Point of Contact
Ronald Hudgins, Contract Specialist, Phone (719) 333-4054, Fax (719) 333-4404, Email ronald.hudgins@usafa.af.mil -- Margaret Wages, Contracting Officer, Phone (719) 333-2869, Fax (719) 333-4404, Email margaret.wages@usafa.af.mil
Description
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 F0561101R0339, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The Standard Industrial Classification (SIC) code is 2411, the North American Industrial Classification System (NAICS) number is 11331 and the business size standard is $5M. The proposed purchase order is reserved for small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. TIMBER OPERATIONS- The Natural Resources Office, Air Force Academy intends to contract for logging operations, to include requirements for felling trees, limbing, bucking, skidding, loading, hauling, brush disposal, scarifying, waterbarring and seeding skid trails and landings in forestlands totaling 138 acres in the Air Force Academy, CO. Total acreage consists of 68 acres of insect and disease infected trees, in scattered locations, and a 70 -acre tract in Unit One requiring thinning operations. Initial priority will be given to the 68 acres of insect and disease infected trees. The areas are identified on a Harvest Area Map, which is available upon request from the points of contact cited below. BOUNDARY AND TREE DESIGNATION- The boundary of the 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 the boundary of "leave" tree units 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. Trees within "cut" tree units that are to be cut are those trees that are marked with orange paint at 4.5 feet up on the bole of the tree and a dot on the stump. Mountain mahogany is a protected plant and will not be cut or damaged unnecessarily in the unit. The contractor shall cut stumps as close to the ground as possible. PRODUCT REMOVAL- All portions of felled trees that are 4"or greater in diameter outside bark shall be removed from the sale area. Wood products shall be removed in any form that is convenient and economical to the contractor as long as all wood 4"or greater is removed from the Academy. STUMPAGE- The contractor shall purchase merchantable wood products removed from the project area at stumpage rates indicated below. 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 small end and 8' long or longer with 33% or less defect due to rot, crook, sweep, or other factors. The estimated amount of merchantable material for unit one is as follows: Unit One, 70 acres, total volume 280 cords, estimated stumpage due is $2,800.00 based on $10 per cord. No estimate is available for the remaining 68 acres. All merchantable products will be scaled prior to removal to determine payment amount based on $10 per cord. The contractor shall render stumpage payment checks to the Academy Forester made out to the U.S. Treasury prior to removal of merchantable products from the Academy. 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. SLASH DISPOSAL-, the woody material that is less than 4" in diameter outside bark that results from the contractor's operation, shall be disposed of, depending on the location as follows: PILING- Approximately108 acres as identified to the contractor and marked by the Academy Forester, will be lopped and piled. Slash shall be piled. Slash 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. LOP AND SCATTER- Approximately thirty (30) acres West of Pine Drive, as identified to the contractor and marked by the Academy Forester, will be lopped and scattered; 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. EQUIPMENT- The contractor shall furnish all labor, materials, tools, to include all OSHA required personal protective equipment for logging crews, chain saws, pruning saws, shovels, vehicles, vehicle fire extinguishers, and fuel, to conduct all operations connected with this logging project, to include fire suppression of fires caused by contractor operations. Mechanized logging systems, such as feller/bunchers, are not allowed in order to prevent excessive damage to the residual forest. (Historically, a rubber-tired skidder or tracked machine (dozer) equipped with a front blade, an industrial winch, and a minimum of 100 feet of wire rope has been used). RESOURCE PROTECTION- Prior to commencing work in areas adjacent to Quarters and hiking trails, the contractor will advise the Academy Forester, who will affect notification of Quarters occupants and base population, and provide warning signs for placement by the contractor. All necessary precautions shall be taken to protect the residual forest, streams, and surrounding natural resources. The contractor shall exercise all precautions to prevent wildfire. The contractor shall assist in the suppression of any wildfire caused by contractor operations. The contractor shall pick up all trash produced by employees on a daily basis and keep the job site clean at all times. The contractor shall be required to submit an operating plan with his /her quote after award to include a start date, estimated completion date, and proposed equipment to be used. LINE ITEM 0001: Quantity: 1 Job, Logging Operations, Unit Price: $__________. Total Amount: $__________. (Proposed price is exclusive of required merchantable wood products purchase) Period of performance for the logging operations is date of award (on/about 12 September 2001) thru 11 September 2002 with work to begin within 10 days after award. The following limitations apply: The Contracting Officer may, at any time, by written order to the contractor, require the contractor to stop all, or any part of the work called for by this contract for a period up to 90 days IAW FAR 52.242-15 Stop Work Order 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. SUBMISSIONS- The clause at 52.212-1 Instructions to Offerors-Commercial Items with the following addenda applies to this solicitation. FAR 52.212-1(f) In addition, quotes may be faxed between the hours of 7:30 A.M to 4:30 P.M., Monday thru Friday, to Operational Contracting Office, Attention: Ronald Hudgins, Fax (719) 333-4747. Please call (719) 333-4054 prior to faxing your quote. Quotes still must be received by the receipt time and day specified at the end of this notice. 52.212-1(b)(11) ALERT: Vendors are required to use the Standard Form 1449 as the first page of their offer/quote/bid and completely provide the requested data for all blocks. 52-212-1(e) Multiple offers are not acceptable. The provision at 52.212-2 Evaluation -- Commercial Items applies to this acquisition with all offers being evaluated against the following factors in equal order of importance: 1) Past performance, and 2) Price. Past performance, to include quality of service, schedule, and business relations, will be evaluated to determine the manner in which the contractor has conducted logging operations of similar magnitude, within the past three year period 01 JUN 1998 thru 31 MAY 2001. Offerors must provide with the proposal at least three (3) commercial and/or government references to include point of contact's name, current phone number, and address. Past performance will subsequently be reviewed and assigned an adjective rating of excellent, good, satisfactory, neutral, marginal or unsatisfactory based on the perceived degree of risk associated with the contractor's ability to perform the required effort. An Excellent rating indicates that essentially no doubt exists that the offeror will successfully perform the required effort. A Good rating indicates little doubt exists that the offeror will successfully perform the required effort. A Satisfactory rating indicates some doubt exists that the offeror will successfully perform the required effort. A neutral rating indicates no record of past performance is identifiable. A Marginal rating indicates substantial doubt exists that the offeror will successfully perform the required effort. An unsatisfactory rating indicates extreme doubt that the offeror will successfully perform the required effort. The government reserves the right to obtain and evaluate other relevant past performance information deemed appropriate. Price will be evaluated for reasonableness. Award will be made based on a comparative evaluation of past performance and price to determine best value to the Government. 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: 52.212-4(i) Payment-The contractor may submit monthly invoices for incremental payments to the paying office and shall also forward a copy to 510CES/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 as a receiving report. 52.228-5 Insurance-Work On Government Installation, to include Workers Compensation and employer liability coverage of at least $100,000.00; bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000.00 per occurrence; and automobile liability coverage of at least $200,000.00 per person and $500,000.00 per occurrence for bodily injury and $20,000.00 per occurrence for property damage; 53.232-33, Mandatory Information For Electronic Funds Transfer Payment; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; and 52.242-15 Stop Work Order. 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)12, 13, 14, 15, (c) 1, Service Contract Act ,Wage Determination 1994-2079, Revision 18; (c)2, Statement of Equivalent Rates for Federal Hires, Employee Class 08130, Forestry Heavy Equipment Operator, WG-08, $13.97; 08190, Forestry Truck driver, WG-08, $13.97; 08250, General Forestry Laborer, WG-02, $8.71. 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 1980)-Required Central Contractor Registration. Offers must be received NLT 3:00 pm Mountain Daylight Savings Time, 05 September 2001. at Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may be faxed between the hours of 7:30 A.M to 4:30 P.M., Monday thru Friday, to Operational Contracting Office, Attention: Ronald Hudgins, Fax (719) 333-4747. Please call (719) 333-4054 prior to faxing your quote. Ronald Hudgins (719) 333-2965, or Margaret V. Wages, 719-333-2869 may be contacted for information regarding this solicitation. Numbered Note 1 applies.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/DRU/10ABWLGC/F05611-01-R-0339/listing.h tml)
Record
Loren Data Corp. 20010904/FSOL001.HTM (D-242 SN50W441)

F - Natural Resources and Conservation Services Index  |  Issue Index |
Created on August 30, 2001 by Loren Data Corp. -- info@ld.com