State Bid

Last Updated on 30 Sep 2021 at 10 PM
IFB
Utah

Glenwood Lop and Scatter

Solicitation ID AS22-38
Posted Date 30 Sep 2021 at 10 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 Wildlife Resources INVITATION FOR BIDS Glenwood Lop and Scatter SOLICITATION #AS22-38 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: up to 1,178 acres of hand thinning of pinyon and juniper. 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. SITE SPECIFICS: Location and Description: Work under this Contract is located within Sevier County, on Fishlake Forest Service, BLM and Private Lands. The total number of acres within the project area is 1,178 acres. The work location is shown on the general location and site maps. Elevations range from 5,700 feet to 7,500 feet within the project site. Access to the site: Access onto the project site is provided by a combination of paved highways, county dirt surface roads, jeep trails and foot trails. 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. Vehicle travel is limited to designated routes; off road/trail vehicle travel is prohibited. SPECIFIC TASKS: Work Limits: Only areas shown on the Project Map will be treated. The project areas will be available via shapefiles, georeferenced PDF maps, or on a contractor provided GPS unit. All Units are not Flagged, it will be the contractor’s responsibility to provide a GPS that is capable of loading shapefiles of the project areas from a computer. Measurements of this project were obtained through ArcMap 10.7.1. Government staff will identify unit boundaries for the work executed under the contract. The Contractor shall immediately upon entering the project area, begin work, locate control points, section corners, and take such action to prevent their destruction. Cutting: This is a “lop and scatter” contract. All pinyon, rocky mountain juniper, Utah juniper (Cedar), shall be cut. 100% Removal. Trees shall be completely severed from the stump(s) where no live limbs shall be left on the stump of cut trees. All main branches or stems shall be cut from the trunk of the tree to meet scattering requirements. Additional treatment specifications: 1. Leave all trees containing raptor nests or nesting cavities. 2. Leave all deciduous trees and shrubs including bitterbrush, cliffrose, mahogany, and oak untreated. 3. Do not exceed stump height of 8” (inches) within rocky areas, all other stump heights will be 4”- 6” measured on the uphill side. 4. Lop and scatter cut material so that slash height does not exceed 24” (inches) above the ground. 5. Cut material left on site shall not exceed 48” (inches) in length. 6. Leave cut debris below crossings or culverts where possible to dissipate the energy of water flow. 7. Use established roads and trails for all motorized travel to minimize damage to patches of sagebrush and other browse plants. 8. Trees identified as bearing trees, or any tree blazed or tagged to mark the line of any Government survey, shall not be cut or destroyed under penalty of the law. Trees with reference tags will be left uncut. The UDWR, BLM or USFS project manager or designee will do periodic inspections which may include compliance monitoring plots to ensure consistency with contract specifications. Records and Notification: The Contractor shall maintain adequate records to allow Utah Division of Wildlife Resources (UDWR) to monitor contract progress and for the Contractor to be accountable for work quality. Contractor records shall include: (1) work dates, (2) number of acres completed, (3) location of acres completed (4) supervisor/inspector name, (5) work quality percentage and (6) supervisor signature and date. Written notice of completed acreage shall be submitted to the Project Manager on a biweekly basis. CONTRACTOR FURNISHED EQUIPMENT: The Contractor shall furnish all labor, equipment, supervision, transportation, operating supplies and incidentals to perform all work as set forth in these specifications and in any other terms and conditions contained herein. Equipment Requirements: The Contractor shall furnish equipment on a fully-operational basis, with competent, fully-qualified operators, and shall meet the following specifications: 1. Must provide a minimum of a 12-man crew. 2. Be capable of cutting pinyon, juniper, at eight (8”) inches above ground level on the uphill side, in rocky areas. All other sites will be cut at four to six inches (4-6”) above ground. 3. Equipment shall be free of fluid leaks and be in good operating condition. 4. Equipment shall be washed before entering and exiting UDWR, USFS and Private lands. All soil and plant parts shall be removed to prevent the spread of noxious weeds in and out of 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 Work must be completed by November 30, 2021. Issuing Procurement Unit, Conducting Procurement Unit, and Solicitation Number The State of Utah Division of Purchasing is the issuing procurement unit and the State of Utah Division of Wildlife Resources is the conducting procurement unit for this IFB (referred to as “the State”). The reference number for this IFB is Solicitation #AS22-38. This solicitation number must be referred to on all bids, correspondence, and documentation submitted to the State relating to this IFB. Additional Information: SITE VISIT: No site visit will be held on for this project. It is strongly recommended that each potential bidder attend to ensure that he/she has a complete understanding of the requirements of this project. Bidders are otherwise 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 attend the pre-proposal conference, or to otherwise 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

Location Unknown 16 Mar 2020 at 10 PM
Location Unknown 17 Mar 2020 at 9 PM
Utah 09 Dec 2021 at 3 PM
Utah 12 Nov 2021 at 2 PM
Utah 30 Nov 2021 at 6 PM

Similar Opportunities

No Similar Opportunities Found