The RFP Database
New business relationships start here

Cowell/Mitchell Stand Exams


Idaho, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

SYNOPSIS/SOLICITATION AG-02RC-S-17-0160
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. This solicitation is issued as a Request for Quotation (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-95.

This procurement is set aside for Small Business. The NAICS code is 115310 and the Small Business Size Standard is $7.5 million average annual receipts of a firm over three years.

Schedule of Items
Item
No.    Description                        Qty     Unit/Measure    Unit Price     Total Amount
1       Tree Plots with Tree Ages    627     Plots                $                 $

The project area plots require tree ages where growth sample trees (GST) 3 inches or greater in diameter will be aged with an increment bore and GST less than 3 inch diameter will be aged by counting branch whorls.

Scope of Contract. The scope of this contract is to furnish all labor, tools, material, equipment, transportation, and incidentals necessary to do statistically sound timber stand examinations. Work shall consist of locating and establishing plots in mixed species timbered stands, measuring and recording plots, intensive tree and down wood data, and technically writing a stand summary for observations and characteristics. The stand examination data provides information to help guide land manager's decisions.

The work performed and the data collected shall be in compliance with the terms, specifications, conditions and provisions of this solicitation and the Common Stand Exam Field Guide for Region 1, R1 February 2016, or the most current version of this manual prior to data collection, hereafter referred to as Common Stand Exam Field Guide for R1 available at www.fs.fed.us/nrm/fsveg/index.shtml.

Project Location. The project is located on the Kootenai National Forest, Libby Ranger District (Canoe Gulch Office), at 12557 Highway 37, Libby, Montana 59923 in Lincoln County. The project area is oriented adjacent to the south and east fringes of the town of Libby and most of the project area is within a 30 minute drive of town. Individual stand locations shall be delineated on contract work maps, which shall be furnished to the successful quoter at time of award. Copies of aerial photos or computer generated images shall be provided upon contractor request.

Project Area Description. The project area is characterized by predominately dry-land Forest types with the majority of the species composition consisting of Douglas-fir, Ponderosa pine, and to a lesser extent Western Larch. These dry-land stands have less of an understory brush component then more moist areas of the forest. Elevations for this project area range between 2100' and 4000'. Winter snow levels tend to be less in this area of the forest due to the low elevation and western aspects.

Project Access.
(a) The project area shall be accessed by Forest roads during the normal operating season which is May through October. The Forest Service assumes no obligation to plow snow or do special maintenance to keep roads open. Stands are accessible by some combination of 2 or 4-wheel drive vehicle, motorcycle/ATV, mountain bicycle, horse, or foot travel.

(b) The Contractor shall be responsible for obtaining all necessary permission through privately owned land to gain access to stand locations. If the Contractor cannot obtain permission to access a stand location, the Contractor must notify the Government in writing within 5 calendar days of denied access.

(c) Accessibility may be determined from aerial photos and maps furnished by the Government. The Contractor shall be responsible for adhering to the U.S. Forest Service travel management plans for all Ranger Districts and the Kootenai National Forest. For roads and trails not designated for public motorized access District Rangers may, in writing, grant limited use authorizations upon request of the Contractor. Requested use must be limited to short term use for purpose of accessing stands to be surveyed under this contract. All requests for motorized travel of closed roads by the Contractor must be submitted in writing to the Contracting Officer Representative (COR). Requests shall specifically identify roads needed for access and the periods of time when use will occur. Gates in the contract area may be locked. A double lock system shall be provided for gates where the Contractor access has been authorized. The Contractor will be responsible to ensure that the gates remain closed and locked at all times.

(d) The Contractor shall request industrial camping authorization in writing within 5 calendar days of camping date specifying location, duration, and dates of use. Requests to camp behind locked gates will be assessed on a case-by-case basis. Authorization will require a camping permit issued by the Ranger District (see Sample Camping Permit Attachment). No access to contractors or employees will be allowed behind locked gates after periods of work unless a valid camping permit has been authorized. Motorized access behind locked gates will generally not be permitted during hunting season for deer, elk, or bear. Requests maybe considered on a case-by-case basis and may be authorized at the discretion of the District Ranger. Otherwise, Contractor shall adjust work schedule to take the closure time into consideration. No Suspend Work Orders will be issued; contract time will run during this period. Any misuse of gates may constitute loss of privileges.

Effective Period of Contract. The effective period of this contract is from the date of Notice to Proceed through October 31, 2018. The estimated start date is September 11, 2017.

**There will be no extension of time beyond the completion date of October 31, 2018 unless due to an Excusable Delay. The Contractor shall plan work to meet this deadline.

FAR 52.212-4(f) Excusable Delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1 CLAUSES

52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.212-5 Contract Terms and Conditions Required To Implement Statutes or
Executive Orders-Commercial Items (JAN 2017)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644)
52.219-13 Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644 (r))
52.219-28 Post Award Small Business Program Rerepresentation (JUL 2013)
(15 U.S.C. 632(a)(2)
52.222-3 Convict Labor (JUNE 2003) (E.O. 11755)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (SEPT 2016) (E.O. 11246)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793)
52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and
E.O. 13627)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
(AUG 2011) (E.O. 13513)
52.232-33 Payment by Electronic Funds Transfer - System for Award Management
(JUL 2013) (31 U.S.C. 3332)
52.222-41 Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
**This is for information only. It is not a Wage Determination.**
Employee Class                      Monetary Wage-Fringe Benefits
08190 Forestry Technician    WG-8 $21.64
52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015)
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706)

AGRICULTURE ACQUISITION REGULATION (48 CFR CHAPTER 4) CLAUSES

452.215-73 Post Award Conference (NOV 1996)
452.236-72 Use of Premises (NOV 1996)
452.237-74 Key Personnel (FEB 1988)

SPECIAL CONTRACT REQUIREMENTS

Approval of Subcontracting. The Contractor shall request approval from the Contracting Officer prior to entering into any subcontract arrangement. The subcontractor shall have the experience and be equipped for such work. The written notification shall include as a minimum: 1) the name, address and telephone number of the subcontractor; and 2) the date upon which the subcontract was entered into and its duration.

Fire Suppression and Liability:

(a) Contractor's Responsibility for Fire Fighting. The Contractor shall immediately extinguish all fires on the work site other than those fires in use as a part of the work. The Contractor may be held liable for all damages and for all costs incurred by the Government for labor, subsistence, equipment, supplies, and transportation deemed necessary to control or suppress a fire set or caused by the Contractor or the Contractor's agents or employees subject to the following fire classifications:

(b) Fire Suppression Costs. The Contractor's obligations for cost of fire suppression vary according to three classifications of fires as follows:

     (1) Operations Fire.  An "operations fire" is a fire caused by the Contractor's operations other than a negligent Fire. The Contractor agrees to reimburse the Government for such cost for each operations fire, subject to a maximum of the dollar amount of cost to repair damages and any restitution to adjacent landowners. The cost of the Contractor's actions, supplies, and equipment on any such fire, or otherwise provided at the request of the Government, shall be credited toward such maximum. If the Contractor's actual cost exceeds contractor's obligation stated above, the Government shall reimburse the Contractor for the excess.

     (2) Negligent Fire.  A "negligent fire" is a fire caused by the negligence or fault of the Contractor's operations including, but not limited to, one caused by smoking by persons engaged in the Contractor's operations during the course of their employment, or during rest or lunch periods; or if the Contractor's failure to comply with requirements under this contract results in a fire starting, or permits a fire to spread. Damages and the cost of suppressing negligent fires shall be borne by the Contractor.

     (3) Other Fires on Contract Area.  The Government shall pay the Contractor, at firefighting rates common in the area or at prior agreed rates, for equipment or personnel furnished by the Contractor at the request of the Government, on any fire on contract area other than an operations fire or a negligent fire.

(c) Contractor's Responsibility for Notification in Case of Fire. The Contractor shall immediately notify the Government of any fires sighted on or in the vicinity of the work site.

(d) Contractor's Responsibility for Responding to Emergencies.  When directed by the Contracting Officer, the Contractor shall temporarily redirect employees and equipment from the work site for emergency work (anticipated to be restricted to firefighting). This is considered to be within the general scope of the contract. An equitable adjustment for any such redirection of employees and equipment will be made under the CHANGES clause FAR 52.243-4.

(e) Performance by the Contractor.  Where the Contractor's employees, agents, contractors, subcontractors, or their employees or agents perform the Contractor's operations in connection with fire responsibilities, the Contractor's obligations shall be the same as if performance was by the Contractor.

(f) State Law.  The Contractor shall not be relieved by the terms of this contact of any liability to the United States for fire suppression costs recovered in an action based on State law, except for such costs resulting from operations fires. Amounts due to the Contractor for firefighting expenditures on operations fires shall not be withheld pending settlement of any such claim or action based on State law.

Fire Control:

(a) Fire Protection Requirements - Fire Plan.  During the fire season period, as specified by State law, the Contractor shall comply with each of the following provisions to the extent applicable to the Contractor's operation under the contract.

     (1) Fire Tools.  The Contractor will provide for each employee in the contract area at least one approved hand tool of a type appropriate in the contract area, such as shovel, pulaski, or ax. Tools required and furnished under (2) and (4) below, shall count toward fulfillment of the above requirement. Where additional tools, beyond those required under (2) and (4) below, are to be provided, the Contractor shall seal such tools in one or more boxes painted red and marked "Tools for Fire Only." All tools required herein shall be kept sharp and in good serviceable condition and maintained at locations to be designated by the Forest Service.

     (2) Fire Extinguishers and Tools on Mobile or Stationary Equipment.  Each unit of powered equipment used in connection with this contract, including automobiles, trucks, tractors, etc., shall be equipped with serviceable tools and fire extinguishers as follows:
One - fire extinguisher, dry chemical type of not less than 2-1/2-pound capacity with 4 BC or higher rating.
One - shovel, round point #0 lady or equal.
One - ax, 2 pounds or over, 26-inch minimum length, or one pulaski.
One - water container (at least 1-gallon capacity), not required with stationary equipment.

     (3) Spark Arresters.  Each internal combustion engine shall be provided with a spark arrester or spark arresting device approved by the Forest Service. Exceptions where the Forest Service may approve mufflers, or other equipment in lieu of spark arresters qualified and rated under Forest Service Standard 5100-1a are: (a) small multi-position engines, such as chain saws, shall meet Society of Automotive Engineers J335b standards; (b) passenger-carrying vehicles and light trucks may have baffle-type mufflers with tail pipe; and (c) heavy-duty trucks may have a vertical stack exhaust system and muffler, provided the exhaust stack extends above the cab of the vehicle. An exhaust-driven turbocharger is considered to be a satisfactory spark arrester.


Internal combustion engine exhaust systems, arresters, and other devices must be properly installed and maintained.

     (4) Smoking.  Smoking shall not be permitted within the contract area except on surfaced or dirt roads, at landings, within closed vehicles, in camps, or at other posted places, and shall never be allowed while working or traveling on foot.

     (5) Storage of Petroleum and Other Highly Flammable Products.  Gasoline, oil, grease, or other highly flammable material will be stored either in a separate building used exclusively for such storage, or at a site where all combustible debris and vegetation is cleared away within a radius of 25 feet. Fire extinguishers and/or sand barrels may be required at such locations specified by the Forest Service when unusually hazardous conditions exist.

     (6) Debris Burning and Warming Fires.  None.

     (7) Precautions for Stoves.  None.

     (8) Fire Plan.  Prior to initiating work on the contract area, during the closed fire season period, a fire prevention and suppression plan will usually be prepared. The Contractor and the Forest Service will jointly prepare this plan. Such plan shall include a detailed list of men and equipment at the Contractor's disposal for implementing the plan. The fire plan shall also specify additional measures and/or special requirements, such as Hoot Owl restrictions, necessary during periods of critical fire weather conditions. When Hoot Owl restrictions are invoked, the Forest Service may curtail or shut down all or portions of a Contractor's operations. The following requirements may be imposed:
          (i) All high fire risk operations could be terminated at 1300 local time.
          (ii) All burning could be stopped, including debris burning fires.
          (iii) Patrolman may be required for a period of 2 hours after high fire-risk operations and 1 hour after end of work shift. The Contractor shall provide the patrolman unless the contract is for equipment rental, in which case the Government will provide the patrolman.

ATTACHMENTS

The following attachments are a part of this solicitation and any resulting contract (see separate documents).

1 Common Stand Exam Specifications, 15 pages
2 Stand List, 1 page
3 Sample Design, 1 page
4 Sample Stand Write Up, 1 page
5 Kootenai NF Noxious Weeds, Sensitive Plants, and Common Plant List, 3 pages
6 Quality Assurance Surveillance Plan 5
7 Maps, 5 pages
8 Kootenai NF Food Storage and Sanitation Special Order, 5 pages
9 Wage Determination No. 1976-1342, Rev. 52, dated 12/29/15, 3 pages

The following attachments are a part of this solicitation, but will not be part of the resulting contract (see separate documents).

10 Sample Camping Permit, 1 page
11 Experience Questionnaire, 2 pages
12 Past Performance Survey (optional), 2 pages

INSTRUCTIONS, CONDITIONS, AND NOTICES TO QUOTERS

System for Award Management (SAM).  In order to be eligible for a contract award under this solicitation, quoters must be completely registered in the System for Award Management (SAM) via www.sam.gov.

Invoice Processing Platform (IPP).  The Forest Service is utilizing the Invoice Processing Platform (IPP) for the electronic submission and tracking of contracts/purchase orders, invoices, and payment information. IPP is a secure Government-wide, Web-based invoice processing service. Visit www.ipp.gov to learn more.

Upon award of a contract, Contractors must enroll at www.ipp.gov/vendors/enrollment-vendors.htm.  Contractors shall submit all invoices electronically via IPP. Paper copies of invoices will no longer be accepted.

Procurement Technical Assistance Center (PTAC).  For questions concerning registrations, certifications, or assistance with preparing quotes, contact the PTAC http://www.aptac-us.org/new/. ; The PTAC contact in Kalispell, Montana is Doug Bolender (406) 257-7711 x5 or doug@dobusinessinmontana.com. Services are FREE.

Submission of Quotes.  Request for Quotations will be accepted NO LATER THAN 5:00 p.m. Pacific Time on August 30, 2017.  For information regarding this solicitation, please contact Contracting Officer Marion Daniel at 208-765-7282 or mpdaniel@fs.fed.us. For information regarding any technical aspect of this solicitation, please contact either of the following individuals:
Anne Weber                                            Seth Cole
Forester Silviculturist                               Supervisory Forester
Libby Ranger District           OR                Libby Ranger District
406-283-7584                                         406-283-7565
aweber@fs.fed.us                                   secole@fs.fed.us

Submit the following as your Quote:
1. Schedule of Items with pricing
2. Experience Questionnaire Form - Attachment
3. Past Performance Survey (optional) - Attachment

Submission Methods:
Email:  mpdaniel@fs.fed.us (preferred method)
Fax:     208-765-7229 (Quoter's responsibility to ensure fax received)
Mail:    USDA Forest Service
           Attn:  Marion Daniel, Contracting Officer
           3815 Schreiber Way
           Coeur d'Alene, ID  83815

Evaluation Factors for Award. One award will be made. Award will be made to the Quoter whose quote, as determined by the Contracting Officer is most advantageous to the Government, considering but not limited to factors such as Past Performance, Experience, and Price. The Experience Questionnaire will be used as part of this evaluation.


Marion P. Daniel, Contracting Officer, Phone 2087657282, Email mpdaniel@fs.fed.us - Anne Weber, Technical, Phone 406-283-7584, Email aweber@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP