AMENDMENTS ISSUED
01: Corrects the Schedule of Items due to a duplication of Optional Items 2001. Vendors are reminded to make sure and sign / submit Page 1 of each issued amendment to demonstrate you acknowledge receipt.
IMPORTANT - PRE-QUOTE SITE VISIT: A site visit will be held for this project. Refer to Section H., Paragraph H.8 for the "Pre-Quote Site Visit" details.
PROJECT LOCATION: All work associated with this solicitation is located on the Mt. Hood National Forest, Barlow Ranger District. The location of specific worksites is shown on Attachment 1 – Project Maps. A full map of the Barlow and Hood River Ranger Districts, with project units marked thereof, can be provided to the contractor at the Post Award Orientation Conference (PAOC) upon request.
PROJECT MAPS: Are attached as separate files to retain embedded location data.
ACCESSIBILITY: The project areas may be reached by Forest roads. The Forest Service assumes no obligation to plow snow or perform special maintenance to keep roads open. Roads shown on unit maps indicate access to units and are not to suggest the roads are open within units or for any further travel.
SCOPE OF CONTRACT: Mandatory reduction in fuel loading on approximately 2,315 acres by piling existing and created slash (1,330 acres) and mastication of live vegetative materials (985 acres). Piling would occur with a “lift and pile” mechanism rather than a “push and pile” mechanism. Work shall be performed on slopes up to 30 percent. (a) The objective is to reduce the slash layer to a depth of 2 to 6 inches, and to eliminate vegetative competition of brush and small diameter saplings through mechanical mastication. Logs greater than 18 inches in diameter will be left in place. (b) All slash, as defined in C.4, will be piled. Activity slash will be a result of hand thinning up to 12” DBH material, on a 20’x20’ spacing, cutting boles to 6’ lengths. (c) The contractor shall furnish all equipment, fuel, maintenance, labor, supervision, transportation, materials, tools, supplies, and incidentals necessary to perform the job.
BOUNDARIES: This contract will utilize discernable and digital boundaries. Discernable boundaries are readily identifiable on the ground, such as roads. A digital boundary will be provided by the Forest Service for use in the Avenza Mapping App for smartphones and tablets. A GIS shapefile may be provided upon request, to be used in equipment computer processors. Boundaries along sensitive features, such as Wilderness and Inventoried Roadless Areas will be marked with black and orange flagging. Special areas of concern or leave areas that will need to be avoided may be found in the unit boundary. These areas will be identified prior to operation.
CONTRACT TYPE: This contract will be awarded as a firm-fixed-price (FFP) effort.
SCHEDULE OF ITEMS: Your company must price all base and optional items to be considered for contract award.
EVALUATION FACTORS FOR AWARD: Refer to Section I. Factor #1: Relevant Past Performance; Factor #2: Project Management; Factor #3: Technical Approach (Project Schedule and List of Equipment); Factor #4: Price. Your company must also submit: SF-1449, 52.204-24, and 52.212-3.
OPERATING RESTRICTIONS: No operations from March 1 through July 15 in the following units: All units in Pollywog area;
South Pen 43 & 45; Owl 2A; and Rebellious 9. Refer to Section C for other restrictions.