1.0 Background and Purpose
Clear the roads of snow, trees, brush and any other obstructions for approximately 60 miles located within the St. Joe Ranger District in the IPNF.
2.0 Definitions
IPNF – Idaho Panhandle National Forest
COR – Contracting Officer Representative – The Government representative on site who will ensure that the Government’s technical objectives are met. To this end, the COR will provide necessary information, direction, coordination, monitor, and recommend necessary actions to the CO within the contractual work description.
CO – Contracting Officer – The Government official with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. Only the CO has authority regarding time, money, or changes to the contract.
Contractor Requirements
3.0 Technical Requirements / Tasks
3.1 Remove all snow, debris, and fallen trees on the roads highlighted in the schedule of items.
- At intervals of approximately 500 ft, or when necessary, the contractor shall push holes on the downhill side, extending beyond the road edge, to allow for water melt off to escape the road surface.
- Plow a single vehicle path as outlined on each of the three (3) provided maps. Where opportunities for turn outs and turn around areas present themselves, they are to be plowed out.
- Removal of snow slides, earth slides, fallen timber, and boulders that obstruct normal road surface width.
- There may be closed gates along the plowing route. These gates will be marked and unlocked by the Government official. The contractor will expose and open the gates along the plow routes and continue to the end of plowing as indicated on the provided maps.
- Clear areas for vehicle traffic to pass, park, and/or turn around.
- Removal of material. All debris, except snow and ice, which is removed from the road surface and ditches, shall be deposited away from stream channels at agreed locations.
- During snow removal operations, banks shall not be undercut nor shall gravel or other selected surfacing material be bladed off the roadway surface.
- Ditches and culverts shall be kept functional during and following roadway use.
- Snow berms shall not be left on the road surface. Berms left on the shoulder of the road shall be removed and/or drainage holes shall be opened and maintained.
- Dozers/front end loaders shall not be used to plow snow on forest roads without prior written approval of the Forest Service.
- Damage to roads, drainage structures or signs from, or as a result of contractor’s snow removal operations, shall be restored or replaced in a timely manner. Any damage shall be reported immediately to the COR.
3.2 Permitting for Hauling over Bridges on NFS roads
Submit gross weight of haul vehicle plus heavy equipment, as well as trainer configuration / number of axles for bridge permitting.
Bridge overload permits are required for any vehicle which exceeds the maximum allowable gross vehicle weight of 80,000 pounds; if axle weight limitations dictated by the Bridge Formula result in a lower gross vehicle weight; if single axle loads exceed 20,000 pounds or tandem axle loads exceed 34,000 pounds; if the vehicle exceeds the posted load limits for the bridge. The Bridge Formula can be found in Forest Service Handbook 7709.56b – TRANSPORTATION STURCTURES HANDBOOK, CHAPTER 90 – ROAD BRIDGE OPERATION.92 – BRIDGE MANAGEMENT.
3.3 Pollution and Erosion Control
During all operations under this contract, the Contractor shall exercise reasonable measures to direct surface runoff water to stabilized waterways and to keep the drainage systems functioning effectively to prevent or minimize soil erosion and pollution of water and other resources. All refuse, including garbage, rubbish, and solid or liquid wastes from the Contractor's operations, including camps, parking areas, and equipment maintenance areas shall be stored and collected in a sanitary manner and disposed of in a State-approved sanitary landfill.
3.4 Maintenance of Traffic and Use of Warning Devices
The Contractor shall provide, erect, and maintain all necessary barricades, suitable and sufficient lights, danger signals, signs, and other traffic control devices, and shall take all necessary precautions for the protection of the work and safety of the public. Project roads closed to traffic shall be protected by effective barricades, and obstructions shall be illuminated during the hours of darkness. Suitable warning signs shall be provided to properly control and direct traffic. All signs and devices remain the property and responsibility of the Contractor. Work shall not be started until all the required signs are in place.
The Contractor shall erect warning signs to any place on the project where operations may interfere with the use of the road or trail by traffic and at all intermediate points where the new work crosses or coincides with an existing road or trail. All road barricades, warning signs, lights, temporary signals, flagmen and pilot car operators and equipment, and other protective devices, except for special devices, shall conform to the most recent edition of the Manual of Uniform Traffic Control Devices (MUTCD).
Immediately replace any device that is lost, stolen, destroyed, or inoperative. Remove all temporary traffic control devices upon contract completion or when approved.
Devices
- Required signs can be mounted on portable or temporary mountings.
- Traffic approaching the work area from either direction or side approaches shall be warned by signing.
Equipment
- Vehicles and machinery not directly used in the maintenance operation shall be parked off the traveled way to minimize interference with the normal use of the road.
3.5 Safety
Contractors shall comply with OSHA regulations and provide employees a work environment that is sanitary and not hazardous, which includes providing personal protective equipment. Contractors must maintain a health and safety plan and an accident prevention program, which includes frequent and regular inspections of the project site, materials and equipment. Contractors are responsible for risk management regarding contractor/employee and public safety, which include experience of operator to handle road and terrain conditions, getting to the worksite, traffic control and coordination with other users.
Addenda to Provision 52.212-1 paragraph (b) Submission of Offers:
- Offerors must have an active entity registration in the System for Award Management in order to submit an offer. https://www.sam.gov/SAM/
- Offers submitted in response to this solicitation shall include a technical proposal, a price proposal, and contractor representations and certifications.
- Technical Proposal – The technical proposal shall address the evaluation factors in 52.212-2. At a minimum, the technical proposal shall include:
- Experience Questionnaire – attached to this solicitation will be an experience questionnaire. When filling it out, answer the questions based on the requirement or service needed, such as snowplowing and road clearing services.
- Technical Capability – Provide a narrative on what the capabilities are for your company and how those capabilities will satisfy the requirement. Provide a delivery timeline of when you can start, and when the work will be completed.
- Past Performance –The government may use past performance information from any available source. If a company does not have past performance information available, information may be provided for predecessor companies, key personnel, or subcontractors. If there is no past performance information available, the offeror will receive a neutral rating in this factor.
- Price Proposal – Fill out the schedule of items located on the second page of the combined solicitation synopsis.
- Representations and Certifications – Fill in the check boxes for provisions 52.204-24, 52.204-29, 52.212-3, and include a copy with your offer.
- Submit documentation by emailing to shawn.trout@usda.gov so that it is delivered into this inbox by the due date and time. Emails shall contain 3 separate attachments (Technical Proposal, Price Proposal, and Representations and Certifications) in Microsoft Word, Excel, or Adobe PDF format.
- Address questions about this solicitation to Shawn Trout at Shawn.trout@usda.gov by March 28th, 2025; any questions asked after that time may not be answered.
- All quotes and documentation for this solicitation will be due on April 1st, 2025, by 3:00PM EST.
Addenda to Provision 52.212-1 paragraph (f) Late submissions:
Replace (f)(2)(i) with the following:
Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. Delete 52.212-(f)(2)(i) paragraphs A, B, C.
52.212-2 Evaluation – Commercial Products and Commercial Services (NOV 2021)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Technical proposal, price, delivery timeline, and past performance
(End of provision)
Please see attached combined solicitation / synopsis for full details.