State Bid

Last Updated on 31 Mar 2020 at 7 PM
IFB
Location Unknown

Moab Proghorn Fence Retrofit

Solicitation ID JH20-121
Posted Date 31 Mar 2020 at 7 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Stateofutah
Location United states
Issuing Procurement Unit State of Utah Division of Purchasing Conducting Procurement Unit State of Utah Division of Wildlife Resources INVITATION FOR BIDS Moab Proghorn Fence Retrofit SOLICITATION #JH20-121 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: acquiring services in this contract to retrofit 18.6 miles of existing fences by removing the bottom strand of barbed wire and replacing it with a smooth wire 18” above the ground. Removed materials will need to be disposed in an appropriate facility and must not be left onsite.. This contract will result in one contract award to the lowest cost responsive and responsible bidder. Closing date and time The closing date and time for this sourcing event is April 14, 2020 2 p.m. Mountain Time. 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. SITE SPECIFICS: Location and Description: Work under this contract is located on BLM administered lands in the vicinity of Crescent Junction-the junction of I-70 and SR-191. The work location is shown on the attached Project and Reference Maps. Fence Retrofit-replace bottom wire: 18.6 miles as identified on the attached site map Note: All of the materials for retrofitting the fence are being furnished by the BLM and can be picked up from the Moab BLM field office located at 82 Dogwood Avenue. Please contact Pam Riddle at the Moab BLM 3 days prior to material pick up. See details in government furnished property section below. Contractor only needs to replace the existing bottom wire and bring necessary tools, as is detailed below. Access to the site: Access into the project area is provided by a combination of designated roads that include paved highways, county dirt surface roads and jeep trails. Many of the fencelines are adjacent to these designated roads. In these areas no off road travel is permitted. Fences that are not adjacent to designated roads may be accessed by four-wheelers, UTV’s or a skid-steer from designated roads. Where designated roads cross these remote fencelines, the above mentioned vehicles may be used along the fenceline to carry materials only when the ground is dry or frozen. These vehicles will only follow the fenceline, no other cross-county travel is permitted. SPECIFIC TASKS: The contractor will be required to do the following: Furnish labor, equipment, supplies, and materials, except for specified Government-furnished property to do the following: Work Limits: The Moab Pronghorn Fence Retrofit Project maps identify the area where the fences that need to be retrofitted exist. Fences have been identified with a GPS unit. It will be the contractor’s responsibility to work with the Project Inspector on-the-ground at the start of the contract to identify the boundaries that have been identified on the GPS. The Contractor shall immediately upon entering the project area, begin work, locate boundaries and have a clear understanding of the project requirements, access to all fence locations and the location of all designated roads. Fence Retrofit (replace bottom wire) Remove and replace the bottom fence wire. Barbed wire will be replaced with smooth wire 18” above the ground on 18.6 miles of existing fence. a. In order to remove wire, the metal fence stays can be clipped. The bottom smooth wire should not be put back in the stay. b. New wire should be wrapped at each brace post. Brace posts are approximately ¼ mile apart. c. Fence should be stretched so it does not sag and maintains integrity. d. In the occasional occurrence where additional fence wires are lower than 18 inches, these wires should be stapled or wired back to the post at a distance between the bottom wire and third wire from the ground. e. In deeper drainages, the new wire can terminate at the drainage unless it is more efficient to replace. Areas not replaced should be documented f. Brush can be removed as needed to expose the fence. This should be done within a reasonable distance to complete work-approximately 42 inches. 2. Replace the occasional T-post, as needed. a. Total replacement number is unknown. The estimate is a few dozen. T-posts are included in materials provided by the BLM. 3. The contractor shall provide skilled fence builders and equipment operators. 4. Collect all barbed wire and other old materials in a manner to ensure efficient disposal. a. All barbed wire needs to be completely cut and removed from brace posts. 5. Dispose of removed materials. CONTRACTOR FURNISHED EQUIPMENT AND MATERIALS: Materials Furnished by the Contractor a. All materials for building the fence will be provided by the government. Equipment Requirements a. a. The contractor will need adequate vehicles, including four-wheelers, to access the job site. b. Contractor will need to provide enough equipment to complete the work in the specified performance window. Tools needed may include: fence stretcher, fencing pliers, measuring tape, T-post pounder. c. All equipment and/or materials incorporated into the work covered by this contract shall be of the most suitable grade for the purpose intended, unless otherwise specifically provided in this contract. All work under this contract shall be performed in a skillful and competent manner. The State may require, in writing, that the contractor remove from the work any employee deemed by the State to be incompetent, careless, or otherwise objectionable. GOVERNMENT FURNISHED PROPERTY: Materials Furnished by BLM Materials Description Estimated Quantity Unit Smooth Wire (1320 ft)* 76 Rolls Metal t-post clips* 10,000 Each T-post As needed Each *Additional material is available if needed. EQUIPMENT AND WORKMANSHIP: All equipment and/or materials incorporated into the work covered by this contract shall be of the most suitable grade for the purpose intended, unless otherwise specifically provided in this contract. All work under this contract shall be performed in a skillful and workmanlike manner. The State may require, in writing, that the contractor remove from the work any employee deemed by the State to be incompetent, careless, or otherwise objectionable. Surface Disturbance: Public or private access roads damaged by the Contractor shall be restored at the Contractors expense to the same condition they were in at the commencement of work. Fourwheelers, UTV’s or a skidsteer may be used along remote fencelines (not in proximity to existing roads) within the project area to haul materials along the fenceline. Use of offroad vehicles and equipment along remote fencelines will not be allowed in wet road conditions when rutting could occur and will only be allowed when the ground is dry or frozen. Other equipment and vehicles must not be operated or driven off designated roads or trails. Tests for Uniformity: The Project Inspector will make tests to determine the uniformity of the fence retrofit. Length of the Contract Project Performance Time: Project must be completed by June 30, 2020. 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 Wildlife Resources is the conducting procurement unit for this IFB (referred to as “the State”). The reference number for this IFB is Solicitation #JH20-121. 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: There will be no site visit for this contract. While there is not going to be a site visit help 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 be 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. _______________________________________________________________. New Technology Pursuant to Utah Administrative Rule R33-12-502 the awarded contract(s) may be modified to incorporate new technology or technological upgrades associated with the procurement item being solicited, including new or upgraded: (i) systems; (ii) apparatuses; (iii) modules; (iv) components; and (v) other supplementary items. Further, a maintenance or service agreement associated with the procurement item under the resulting contract(s) may be modified to include any new technology or technological upgrades. Any contract modification incorporating new technology or technological upgrades will be specific to the procurement item being solicited and substantially within the scope of the original procurement or contract. 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 15 Mar 2021 at 4 AM
Center Kentucky 06 Mar 2018 at 10 PM
Location Unknown 05 Mar 2020 at 7 AM
Moab Utah 19 Nov 2021 at 9 PM
Moab Utah 11 Jun 2020 at 4 PM

Similar Opportunities

Oklahoma 09 Jul 2025 at 4 AM (estimated)
Oklahoma 09 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Oklahoma 17 Jul 2025 at 4 AM (estimated)