State Bid

Last Updated on 10 Jun 2020 at 3 PM
IFB
Location Unknown

Red Ryder Piling

Solicitation ID AS20-182
Posted Date 10 Jun 2020 at 3 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 Forestry, Fire and State Lands INVITATION FOR BIDS Red Ryder Piling SOLICITATION #AS20-182 This Invitation for Bids "IFB" is issued in accordance with the 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 the Utah Procurement Code and then the 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: piling of lodgepole pine and subalpine fir trees. Up to 281 acres of slash is in need of piling from a past lop and scatter project depending on the bid price and remaining budget. Closing date and time The closing date and time for this sourcing event are 06/17/2020 02:00 PM 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. 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 majority of the project is located approximately 8 miles west of Laketown, UT and accessed by public roads. There are 9 separate units ranging in size from 4 to 90 acres. Access is via a narrow, unimproved road suitable only for high profile 4x4 vehicles. The project area entails very steep, rugged areas with up to 40% slopes. The general work location is shown on the attached map and kml and shapefiles are available. Elevations range from 7,300-8,400 feet within the project site. Access to the site: Project contains numerous cutting sites that will be accessed from varying locations and access points. The nearest towns are Laketown, Randolph, and Hyrum, UT. Property ownership is on federal lands, all of which are accessible from public roads. SPECIFIC TASKS: • Contractor may need to clear additional trees and cut previously cut trees to make room for slash piles and ensure proper piling standards. • Contractor must completely finish one unit/polygon prior to moving to another unit. • Slash generated by project activities will be removed from stream channels at the end of each operational shift. • Slash will be placed in piles that must be as large as possible, greater than 6’x6’x6’ and located in openings free of overhanging branches to minimize scorch to remaining trees • Stump heights must be less than 6 inches on the uphill side and must be severed below the lowest live branch. • Cut material shall be moved at least 20’ from trails and roads. • All piled material must be placed a minimum of 30 feet from any leave trees. • Contractor can expect rough, rocky areas with up to 40% slopes. • Contractor is responsible to find their own boundaries using provided shapefiles, kml, or Avenza maps. (The project area will not be marked and the contractor must be able to follow a provided map or use GIS files to determine location in the project area.) • Slash piling work may begin with Project Manager approval once trees from a unit are lop and scattered from a current project scheduled for completion by June 30, 2020. All units will be available by July 1, 2020 for piling. • Contractor must be able to complete this project by the end of October 30, 2020. • Contractor must be licensed and insured. Government staff will provide 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. CONTRACTOR FURNISHED EQUIPMENT: Equipment Requirements: Contractor is responsible for furnishing all equipment for personnel transportation project implementation such as chainsaws and safety equipment. Equipment shall be washed with a high-pressure system before entering 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 All acres must be treated by October 30, 2020. There will be no extension on the performance time. 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 Forestry, Fire and State Lands is the conducting procurement unit for this IFB (referred to as “the State”). The reference number for this IFB is Solicitation #AS20-182. 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: 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 for the State of Utah Division of Purchasing procurement officer overseeing this IFB. Wherever in this IFB, an item is defined by using a tradename, 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 a 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

Patuxent river Maryland 23 Mar 2016 at 12 PM
Pax West virginia 22 Apr 2014 at 5 PM
Patuxent river Maryland 20 Apr 2006 at 4 AM
Patuxent river Maryland 22 Jul 2021 at 1 PM
Highland park Illinois 05 Mar 2020 at 5 AM

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 19 Jul 2025 at 4 AM (estimated)
Colorado 19 Jul 2025 at 4 AM (estimated)