State Bid

Last Updated on 30 Nov 2021 at 3 PM
IFB
Utah

Deer Springs Ranch Mastication

Solicitation ID KL22-70
Posted Date 30 Nov 2021 at 3 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency State Of Utah
Location Utah United states
Issuing Procurement Unit State of Utah Division of Purchasing Conducting Procurement Unit State of Utah Division of Forestry, Fire and State Lands INVITATION FOR BIDS Deer Springs Ranch Mastication SOLICITATION #KL22-70 Pursuant to the Utah Procurement Code, participation on this solicitation is limited to prequalified contractors only. Bids or quotes submitted by a non-prequalified contractor will not be considered. If you are not on the current Pre-approved/Pre-qualified Vendor list for the State of Utah, please do not submit a bid. This Invitation for Bids "IFB" is issued in accordance with State of Utah Procurement Code and the Utah Administrative Code. If any provision of this IFB conflicts with the Utah Procurement Code or the Utah Administrative Code, then Utah Procurement Code and then Utah Administrative Code will take precedence. Purpose of this Solicitation The purpose of this IFB is to enter into a contract with the lowest responsive and responsible bidder to provide: Mastication services according to Attachment B - Scope of Work. Closing date and time The closing date and time for this sourcing event is as provided in this posting. If your time is different from that shown, your profile may be set to a different time zone. Please see the attachment titled "Changing Your Time Zone" in the Buyer Attachments section for directions on how to update your profile. It is your responsibility to make sure you submit your response by the date and time indicated above. Bid Openings The bid opening for this solicitation will NOT take place in person. “Unofficial Results” will be posted to the solicitation in SciQuest after the solicitation has closed. The Unofficial Results DO NOT constitute an award for the bid. Unofficial Results are being uploaded online in order to promote fairness to all vendors, regardless of physical geographic location. Location and Description: Work under this contract is on USFS lands approximately 11 miles East of Alton, Utah around the Deer Springs Ranch community Kane County. Elevations range from 7,500 to 8,700 feet within the project site. Slopes range from 20% to 45% with most of the project averaging around 30%. Boundaries will be located by GPS or by using the PDF maps attached and the Avenza app. The work location is shown on the site maps. Boundaries separating different jurisdictions will be flagged. Access to the site: Access onto the project site is provided by a combination of paved highways, county dirt surface roads and jeep trails. Access from Hwy 89 take the Glendale Bench Road east to the Skutumpah road, follow the Skutumpah road to the landing strip and turn left on the Meadow Canyon Road and follow it to the National Forest boundary. Access from Hwy 12 take forest road 087 to forest road 092 to the Crawford Pass, and continue on 092 down Meadow Canyon. Four (4) wheel drive vehicles are recommended in and around the project area. It will be the contractor’s responsibility to get the equipment to the work site. Acreage: Approximately 30 Specific Tasks: Work Limits: Only areas shown on the Project Map will be treated. Treatment and non-treated areas within the project area may be flagged and/or described verbally. A shapefile for GPS and a PDF map of the project area will be provided prior to work beginning. It will be the contractor’s responsibility to furnish either a GPS unit(s) or smartphone(s) with PDF map application to be utilized in identifying project boundaries. Contractor(s) will be responsible to download all needed shapefiles/PDFs using their own devices. Shapefiles/PDFs will be provided in email upon request. Government staff may physically identify unit boundaries for the work executed under the contract or may rely on the Project Map and associated GPS shapefile as adequate boundary markings. The Project Manager and Contractor will identify an estimated start date for work to begin on the project. The Project Manager will provide Contractor with a Notice to Proceed prior to the estimated start date if site conditions are suitable to initiate work. Upon receiving the Notice to Proceed, the Contractor shall promptly enter the project area, locate treatment boundaries, locate control points, section corners, take such action to prevent their destruction, and begin treatment work. Mastication, approximately 30 acres:  Removal/mastication of Pinion Pine and Juniper trees.  Remove all Juniper less than 9 inch DRC.  Remove one third of Juniper 9-17 inch DRC.  Leave Juniper 18 inches plus.  Masticated material depth shall not exceed 6 inches. Other Requirements:  The following areas shall be free from treatment slash and tree boles created by this project:  Roadways and road edges; slash and tree boles will not be left within 10 feet of any road edge.  Perennial streams for a distance of 15 feet.  Cut and fill slopes.  Ditches, rolling dips, water bars, and other water management features.  Culverts for a distance of 15 feet.  Improvements such as roads, established trails, telephone, power line, stock driveways, fences, established land corners, etc. for a distance of 10 feet. CONTRACTOR FURNISHED EQUIPMENT: Equipment Requirements: Contractor will furnish equipment that is free of leaks and be fully functioning. Operators shall be competent, fully qualified, and have all required safety equipment(ie hardhat, gloves, etc). Before coming on site initially, all contractor-furnished vehicles and equipment must be washed in order to remove all dirt, debris, and plant material that could result in the transfer of noxious weeds. Vehicles must be washed any time they are used on a different project before being brought back into the project area. GOVERNMENT FURNISHED PROPERTY: No Government property shall be furnished on this project. This contract will result in one purchase order contract award to the lowest cost responsive and responsible bidder. Length of the Contract Project Performance Time: Work may begin immediately upon awarding the solicitation. Contract must be completed by April 30th, 2022 Issuing Procurement Unit, Conducting Procurement Unit, and Solicitation Number The State of Utah Division of Purchasing is the issuing procurement unit and State of Utah Division of Forestry, Fire and State Lands is the conducting procurement unit for this IFB (referred to as “the State”). The reference number for this IFB is Solicitation #KL22-70. This solicitation number must be referred to on all bids, correspondence, and documentation submitted to the State relating to this IFB. Site Visits: There will be no site visit for this contract. While there is not going to be a site visit for this contract it is strongly recommended that each potential bidder ensure that he/she has a complete understanding of the requirements of this project. Bidders are urged 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. Shape Files: Maps and/or shapefiles are attached in the Buyer Attachments Section of this solicitation. If bidder needs additional maps/files, please specify the type in the Q&A Section of this solicitation. Under no circumstances shall the shape/KML/PDF files by considered part of the contractual document. They will be provided for informational purposes only. Any .pdf files provided in this bid document and the actual physical site location shall govern any contractual interpretation or dispute related to this project. Bidders are prohibited from communications regarding this IFB with the conducting procurement unit staff, evaluation committee members, or other associated individuals EXCEPT the State of Utah Division of Purchasing procurement officer overseeing this IFB. Wherever in this IFB an item is defined by using a trade name, brand name, or a manufacturer and/or model number, it is intended that the words, “or equivalent” apply; and invites the submission of equivalent products by the Bidders. Bidders may be required to submit product samples to assist the chief procurement officer or head of a procurement unit with independent procurement authority in evaluating whether a procurement item meets the specifications and other requirements set forth in the invitation to bid. Product samples must be furnished free of charge unless otherwise stated in the invitation for bids, and if not destroyed by testing, will upon written request within any deadline stated in the invitation for bids, be returned at the bidder's expense. Samples must be labeled or otherwise identified as specified in the invitation for bids by the procurement unit. Evaluation of Bids Each bid received shall be evaluated for responsiveness in as outlined in the Utah Procurement Code. This IFB shall be evaluated by the objective criteria described in this IFB. Bids submitted must comply with the prerequisites and questions sections of this IFB. Any bid that does not comply with the prerequisite and questions sections will be deemed non-responsive and will be rejected. Multiple or alternate bids will not be accepted, unless otherwise specifically required or allowed in the invitation for bids. If a bidder submits multiple or alternate bids that are not requested in this IFB, the chief procurement officer or head of a procurement unit with independent procurement authority will only accept the bidder's primary bid and will not accept any other bids constituting multiple or alternate bids. Any exceptions to the content of this IFB, including the prerequisites, must be protested in writing to the Division of Purchasing prior to the closing date. To be responsive and responsible Bidders must review and respond to the following sections of this IFB: Prerequisites, Buyer Attachments, Questions, and Items. The Prerequisites Section contains the objective criteria that will be used to evaluate the bids, including the mandatory minimum requirements and general requirements that Bidders must certify that they have read, understand, and agree to in order to submit a bid. The Buyer Attachments Section contains the required State of Utah Terms and Conditions of the IFB, which are non-negotiable, and other documents required for this IFB. The Questions Section contains the questions that Bidders are required to answer in order to submit a bid. The Items Section contains the detailed description of the procurement items being sought and allows the Bidders to provide their bids. Bidders must review each section of this IFB carefully.
Bid Protests Not Available

Similar Past Bids

Utah 02 Nov 2021 at 10 PM
Mountain Wisconsin 07 Aug 2015 at 5 PM
Barksdale air force base Louisiana 25 Jun 2021 at 1 PM
Pagosa springs Colorado 28 May 2021 at 12 AM