State Bid

Last Updated on 02 Nov 2021 at 10 PM
IFB
Utah

Glenwood Mastication

Solicitation ID AS22-50
Posted Date 02 Nov 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 Mastication SOLICITATION #AS22-50 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: wildlife habitat improvement by mechanically removing/shredding standing live and dead pinyon and juniper trees and saplings with a wheeled or tracked MECHANICAL MULCHING/SHREDDER (Bullhog). This task order includes the Contractor to furnish labor, equipment, supervision, transportation, operating supplies and incidentals. Contracted acres will be awarded up to 1,043 acres depending on the contract bid price per acre. 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: The Glenwood Bullhog Mastication Project is located south and southeast of Glenwood and Annabella, Utah. The site is located on USFS, BLM SITLA, and Private Properties. Elevations range from 5,900 to 7,400 feet within the project site. Slopes range from flat to approximately 30-40% Approximate Acreage: 1,043 Acres (BLM - 579 Ac, SITLA – 36 Ac, Private – 73 Ac, USFS – 355 Ac) Access to the site: Access onto the project site is provided by a combination of paved highways, county dirt surface roads, and jeep 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. 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. Mulching: 1. All Pinyon Pine and Juniper trees within the designated treatment areas are to be 100% removed, within USFS Lands the exception of 4-5 trees will be left per acre in random clumps or individual tress. 2. All live and dead standing Pinyon Pine and Juniper trees, shall be chipped, shredded, or mulched and completely severed from the stump(s). 3. No live limbs shall be left on the stumps of cut trees and stump height shall not exceed 6 inches measured on the uphill side. 4. All parts of the tree shall be mulched. 5. All surplus vegetation and slash shall be mulched or cut, such that no woody piece is greater than 3 feet in length. 6. Any tree or sapling that cannot be removed by bull hog machinery must be removed by a hand crew utilizing chainsaws or loppers. 7. Mulch depth shall not exceed six (6) inches. If mulch exceeds six inches in depth, the Contractor shall spread the mulch either mechanically or by hand. 8. The Project Inspector will make tests to determine the uniformity of the Bullhog operation. CONTRACTOR FURNISHED EQUIPMENT: Equipment Requirements: At least three (3) (preferably more), mobile, tracked or wheeled, hydraulically or PTO driven, mechanical mulching/shredder (Bullhog) shall be furnished on a fully-operational basis, with a competent, fully-qualified operator for each Bullhog, and shall be capable of mulching/shredding live trees up to twenty-eight (28) inches in diameter at twelve inches above ground level measured on the uphill side. The equipment shall be capable of completing work on slopes of up to 35% to 40%. Equipment shall be washed with a high-pressure system before entering and exiting project lands. All soil and plant parts shall be removed to prevent the spread of noxious weeds in and out of the project area. Contractors shall furnish two (2) warning signs to be placed on roadside entrance of work area. Signs shall be a minimum of three (3) feet by three (3) feet in dimension and shall warn of the possibility of flying debris. The minimum number of three (3) Bullhog Masticators and operators are expected to be available when the Contractor first responds to the Notice to Proceed and remain onsite during the remainder of the project. Deviations from this expectation require prior written approval of the Project Manager. 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 Contract must be completed by March 1, 2022. Contract time cannot be extended due to timing stipulations for wildlife habitat use. 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 #AS22-50. This solicitation number must be referred to on all bids, correspondence, and documentation submitted to the State relating to this IFB. Additional Information: MANDATORY SITE VISIT Bidder must attend in person the MANDATORY SITE VISIT on November 9, 2021, at 9:00 am. We will meet at the BLM Richfield Field Office located at 150 East 900 North in Richfield, Utah. Per Utah Procurement Rule R33-6-103 Pre-Bid Conferences and Site Visits. Mandatory site visits must be attended in person by an authorized representative of the person or vendor submitting a bid. The meeting will begin promptly at 9:00 a.m. (Mountain Time). Any prospective bidders who arrive late to the meeting will not be allowed to continue with the site visit nor submit a bid. Failure to attend the site visit shall result in the disqualification of any bidder that does not have an authorized representative attend the entire duration of the mandatory site visit. This includes not taking calls/text during the site visit. Phones may be used to take pictures. All discussion not related to the site visit must be done after the site visit as to not be a disturbance during the site visit. An attendance log will be maintained including the name of each attendee, the entity the attendee is representing, and the attendee’s contact information, minutes of the site visit, and copies of any documents distributed by the conducting procurement unit to the attendees and shall be published as an addendum to the solicitation. Any verbal modifications made to any of the solicitation documents during the mandatory site visit shall be reduced to writing and will be published as an addendum to the solicitation. SHAPEFILES/MAPS 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. Maps are provided for informational purposes only. 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 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 30 Sep 2021 at 10 PM
Utah 30 Nov 2021 at 3 PM
Springs Pennsylvania 16 Aug 2010 at 3 PM
Mountain Wisconsin 07 Aug 2015 at 5 PM