State Bid

Last Updated on 12 Nov 2021 at 2 PM
IFB
Utah

North Hills Lop and Scatter

Solicitation ID KL22-60
Posted Date 12 Nov 2021 at 2 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 North Hills Lop and Scatter SOLICITATION #KL22-60 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: Lop and Scatter 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 located on BLM, and Utah State School and Intuitional Trust Lands (SITLA) in southwest Utah in Iron, 17 miles northwest of Parowan. Elevations range from 6,200 to 6,800 feet. The work location is shown on the attached Project and Reference Maps. The treatment boundaries will not be flagged and must be located by GPS and attached shapefiles or by using the PDF maps attached and the Avenza app. The work location is shown on the site maps. It is recommended that project is started at higher elevation because of potential for winter weather. 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. Acreage: Approximately 753 - dependent upon budget constraints and bids. Specific Tasks Work Limits: Only areas shown on the Project Map will be treated. The project areas will not be flagged so contractor will need to utilize either GPS units or smartphone applications capable of utilizing pdf’s to identify the work areas. A GIS/GPS shapefile will be provided prior to work beginning. 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 dead and live standing pinyon and juniper trees within the project boundaries shall be completely severed from the stump(s). 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. Some of the area has been previously treated or is dominate sagebrush stands, many of the small trees may be difficult to see and as such all acreage will need to be checked carefully to ensure complete removal. Additional treatment specifications (applies to all cutting units): 1. Cut material will be lopped and scattered so that slash height does not exceed 24” above the ground. 2. Cut material left on site shall not exceed 48” in length. 3. Cut all dead and live standing pinyon and juniper trees. 4. Cut material will be spread in ephemeral washes and draws where possible to help reduce erosion. 5. Live browse species or tree species other than pinyon and juniper, shall not be cut or damaged. 6. Only established roads shall be used. No overland travel by vehicle will be allowed. 7. Any 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 or marked with pink flagging will be left uncut. 8. Stump height shall not exceed six (6) inches measured on the uphill side. CONTRACTOR FURNISHED EQUIPMENT: Equipment Requirements: The Contractor shall furnish chainsaws on a fully-operational basis, with competent, fully-qualified operators, and shall meet the following specifications: 1. Must provide a minimum of a 10 man crew. 2. Be capable of cutting live or dead pinyon and juniper trees at six (6) inches above ground level on the uphill side. 3. Equipment shall be free of fluid leaks and be in good operating condition. 4. Equipment shall be washed before entering and exiting federal and state lands. All soil and plant parts shall be removed to prevent the spread of noxious weeds in and out of the project area. Contractor shall also furnish either GPS unit(s) or smartphone(s) with pdf map application to be utilized in identifying project boundaries. 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 January 31, 2021. Contract time cannot be extended due to timing stipulations for wildlife habitat use. Issuing Procurement Unit, Conducting Procurement Unit, and Solicitation Number Contract must be completed by January 31, 2021. Contract time cannot be extended due to timing stipulations for wildlife habitat use. The State of Utah Division of Purchasing is the issuing procurement unit and 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 #KL22-60. This solicitation number must be referred to on all bids, correspondence, and documentation submitted to the State relating to this IFB. Site Visits: A site visit will NOT be held prior to bidding. It is strongly recommended that each potential bidder 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 30 Nov 2021 at 6 PM
Location Unknown 16 Mar 2020 at 10 PM
Utah 30 Sep 2021 at 10 PM
Utah 09 Dec 2021 at 3 PM
Location Unknown 17 Mar 2020 at 9 PM

Similar Opportunities

Colorado 27 Jul 2025 at 4 AM (estimated)
Colorado 27 Jul 2025 at 4 AM (estimated)
Colorado 27 Jul 2025 at 4 AM (estimated)
Colorado 01 Aug 2025 at 4 AM (estimated)