Issuing Procurement Unit State of Utah Division of Purchasing Conducting Procurement Unit State of Utah Division of Wildlife Resources INVITATION FOR BIDS Mud Springs North Bullhog SOLICITATION #JH22-51 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: bullhog services for approximately 1,265 acres. 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: This statement of work (SOW) is for the West Desert District, Bureau of Land Management. Work under this Contract is located on Federal Lands (BLM) approximately 11 miles southwest of the city of Eureka, in Juab County, Utah. The work location is shown on the general location and site maps. Elevations range from 5,400 to 6,500 feet within the project site. Rocky areas are present but not consistent throughout the project area. The total number of acres identified for mastication treatment is approximately 1,265 acres. 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. Look at the vicinity map for access to the site. Acres: +/- 1,265 acres dependent upon bids and budget constraints. Project Personnel: Project Inspectors (PI’s): Trevor Memmott 435-979-3680 (cell), Brian Bartholomew (cell) 385-414-0902 SPECIFIC TASKS: Work Limits: Only areas shown on the Project Map will be treated. The project areas are identified with GPS unit. It will be the contractors responsibility to provide a GPS that is capable of loading project areas from a computer. 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. Mulching: This is a “Bullhog” contract. ALLstanding live juniper trees and saplings will be shredded with a wheeled or tracked MECHANICAL MULCHING/SHREDDER (Bullhog) unless they meet the description of a leave tree. Leave trees are defined as bearing trees and single stemmed junipers greater than 24” in diameter at ground level. The contractor will be responsible for identifying and leave trees once they have been oriented on site by the Contracting Officer’s Representative (COR) or Project Inspector (PI). The COR or PI will meet with the contractor on site and provide a more detailed written and oral description on leave trees. Juniper cover, densities and size are variable across the landscape. Masticated debris depth above the normal plane of the ground shall be four inches (4”) or less on average. All surplus vegetation and slash shall be ground or cut, such that no woody piece is greater than four feet (4’) in length. No live limbs shall be left on the stump of any ground stem. Stumps shall be no greater than six inches (6”) as measured on the uphill side. The COR or PI will do periodic inspections which may include compliance monitoring plots to ensure consistency with contract specifications. Surface Disturbance: All-terrain-vehicles may be used within project areas as long as vehicle use does not create a visible trail. Bullhog use will be prohibited when soils are wet and rutting might occur. All created visible trails and/or ruts will be reclaimed at the expense of the Contractor. Public or private access roads damaged by the Contractor shall be restored at the Contractor’s expense to the same condition they were in at the commencement of work. Final payment will be withheld until repair or reclamation work on roads, routes, or trails is completed. Roads must remain free of debris during treatment in order to allow public access along these roads. Once the treatments are completed, debris must be completely removed from all roads within and around the project area. Any sites to be used for camping or equipment maintenance on BLM lands will need to be pre-approved by the COR with the area being cleaned prior to completion. Records and Notification: The Contractor shall maintain adequate records to allow the BLM 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:Equipment Requirements: At least two (preferably multiple),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, and shall be capable of mulching/shredding live trees up to twenty-four (24) inches in diameter at four inches above ground. 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. 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 Project performance time: 135 calendar days. Project Performance Window: November 1, 2021 to March 15, 2022. 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 #22-51. This solicitation number must be referred to on all bids, correspondence, and documentation submitted to the State relating to this IFB. Additional Information: 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. 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 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