Pacific Northwest Contracting Job Aid - Forest Service

36
Pacific Northwest Contracting Job Aid The purpose of the PNW Contracting Job Aid is to provide a tool for users to find information in regard to contract and agreement resources in a timely manner. It is always best to locate the information you are looking for under the content pages, then open the agreement to the correct clause to ensure that you understand the entire clause. This guide is not intended to replace using the agreements, it is a tool to assist you. If you have questions after reviewing the guide, do not hesitate to call the CO or CORs for the contract or agreement that you are working on, see Contacts Tab for individual contact information. The job aid follows the tabs at the bottom, utilize the arrows to move to the next tabs. Updated 5/2021

Transcript of Pacific Northwest Contracting Job Aid - Forest Service

Pacific Northwest Contracting Job Aid

The purpose of the PNW Contracting Job Aid is to provide a tool for users to find information in

regard to contract and agreement resources in a timely manner. It is always best to locate the

information you are looking for under the content pages, then open the agreement to the

correct clause to ensure that you understand the entire clause.

This guide is not intended to replace using the agreements, it is a tool to assist you.

If you have questions after reviewing the guide, do not hesitate to call the CO or CORs for the contract

or agreement that you are working on, see Contacts Tab for individual contact information.

The job aid follows the tabs at the bottom, utilize the arrows to move to the next tabs.

Updated 5/2021

Pacific Northwest Contracting Job Aid

Job Aid Sections 1) Contacts

2) Definitions and Abbreviations

3) Incident Chain of Command

4) Fire Line Supervisor Responsibilities

5) VIPR Content

6) National Type 2 IA Crew Contract Content

7) National Type 2 Crew Agreement Content

8) Work/Rest Policy and Length of Assignment for VIPR Resources

9) Dispatch

10) Finance

11) Competitive Incident Blanket Purchase Agreements (IBPA) VIPR Agreements

12) Chain Saw Use

• Type 2IA

• Type 2 Crew

• PNW IBPA, VIPR Water Handling Agreement (Engines and Tenders)

13) Transports

Pacific Northwest Contracting Job Aid

Section 1 – Contacts

CONTACTS

Region 6 Contracting Operations https://www.fs.usda.gov/detail/r6/fire-aviation/management/?cid=fsbdev2_027111

Kevin Toombs, Contract Operations Specialist Mobile: 541.419.7039 Email: [email protected] Aaron Olmos, Contract Operations Specialist Mobile 541.610.3674 Email: [email protected] Nathan Sabo, Supervisory Contracting Officer Mobile: 541.408.8754 Mobile Sleeper Units (R5) Nathan Stampke, Contracting Officer Mobile: 458-231-1180 Heavy Equipment, EMT, ALS & BLS, Heavy Equipment Linda Neely, Contracting Officer Mobile: 458-256-7465 Chipper, Water Handling, Fallers Lydia Moore-Ward, Contracting Officer Miscellaneous Heavy Equipment, IBU (Camp in a box), Refrigerated Trailer, Vehicle with Driver Mobile: 626-201-4904 Craig Erickson, Contracting Officer Mobile: 530-559-6264 Portable Water, Chainsaw, Heavy w/water, Fuel Tenders Columbus Campbell, Contracting Officer Mobile: 602-225-5344 Heavy Equipment (R3), Weed Wash, Mechanics with Service Truck Bryce Pitchford - National CO Phone: 208.387.5231 Fax: 208.387.5384 Email: [email protected] National Type 2 Initial Attack & Type 2Firefighting Crews, Firefighter Crew Carrier Busses, Trailers (Helicopter Support, Communication, GIS):

Pacific Northwest Contracting Job Aid

Section 2 – Definitions & Abbreviations

EXHIBIT A – DEFINITIONS AND ABBREVIATIONS

The specific meanings of terms used in this specification may be found in the Glossary of Terms of the Fireline Handbook, NWCG Handbook 3; PMS 410-1; NFES 0065, and any other prevailing current NWCG publication unless otherwise defined herein; the definitions provided in this exhibit are included in every solicitation (i.e., boilerplate), therefore some of the definitions may not be applicable to the solicitation you are responding to:

AGENCY – See “Government”

AGENCY COOPERATOR – Local Government entities available through agreement to assist the Federal and State Government agencies.

AGREEMENT – References the Blanket Purchase Agreement documented on the SF-1449/OF- 294, and its attachments.

CAMPSITE – Any area designated by the Government where there are facilities in support of an incident.

CBA – Choosing by Advantages

CCR – Contractor Central Registration (See SAM)

CJRL – Cotton Jacket Rubber Lined

CVSA – Commercial Vehicle Safety Alliance

CO – Contracting Officer

COR – Contracting Officer’s Representative – GOVERNMENT agent/employee responsible for assisting in the administration of the agreement and who has been designated by the Contracting Officer (CO).

CREW PERSON – Basic wildland firefighter used to control and extinguish wildland fires and works as a member of an engine crew under the supervision of a higher qualified individual.

DESIGNATED DISPATCH POINT (DDP) – Physical address where the resource is located as identified in VIPR.

DOZER BLADE CONFIGURATIONS:

• STRAIGHT/ U BLADE – no hydraulic tilt

• ANGLE BLADE no Hydraulic Tilt–This blade will angle either manually or with hydraulics but does not raise or lower the outside corners of the blade hydraulically.

• STRAIGHT/U Blade with Hydraulic Tilt – This blade type does not angle but does raise or lower the outside corners of the blade hydraulically.

Pacific Northwest Contracting Job Aid

Section 2 – Definitions & Abbreviations

• ANGLE with HYDRAULIC TILT – Blade will angle and tilt with hydraulics

• 6-Way HYDRAULIC - The 6-way blade or PAT (Power-Angle-Tilt) will hydraulically raise blade up or down, Angle the blade to the right or left and raise or lower the outside corners of the blade.

EXCAVATOR ATTRIBUTES:

• EXCAVATOR CLAMSHELL BUCKET – A two-sided bucket used on an excavator to dig in a vertical direction; the bucket is dropped while its jaw-like halves are open and digs as they close. Also known as a clamshell grab.

• EXCAVATOR UP DOWN BLADE or DOZER BLADE – A blade mounted on the mainframe of the excavator raised and lowered with hydraulic cylinders. This blade will allow the machine to push material in a grading manner and stabilize the machine while it is working on surfaces that are not level.

EXCAVATOR, STEEP GROUND (STEEP GROUND EXCAVATOR) – Purpose built or modified construction excavator that is capable of working on slopes greater than 45 percent. These excavators may be Feller Buncher carriages with a bucket and hydraulic thumb or clamshell bucket replacing the saw, or tracked carriages equipped with a dozer type blade that may have had other modifications to allow the machine to work on steep grades. Operators are highly experienced in steep ground soil work and have knowledge, skills and abilities to construct firelines or rehabilitate firelines to near natural conditions.

ENGB – Single Resource Engine Boss

FS – Forest Service

FLYWHEEL HORSEPOWER RATING – Horsepower rating taken at the flywheel with all the engine accessories installed not counting transmission losses or anything after the flywheel.

FMCSA – Federal Motor Carrier Safety Administration FMVSS – Federal Motor Vehicle Safety Standards

FMVSS – Federal Motor Vehicle Safety Standards

FOAM APPLICATION SYSTEM

• Manually Regulated Proportioning System – A proportioning system that requires manual adjustment to maintain the proportioning ratio when there is a change of flow or pressure through the foam proportioner. Typical manually regulated foam systems include: Suction side proportioner, in-line eductor, around-the-pump proportioner and direct injection manually regulated proportioners. Examples of manually regulated foam systems include but are not limited to:

1. Blizzard Wizard 2. Scotty foam inductor 3. Foam Flow

• Automatic Regulating Proportioning System – A proportioning system that automatically adjusts the flow of foam concentrate into the water stream to maintain the desire proportioning ratio. These automatic adjustments are made based on changes in water

Pacific Northwest Contracting Job Aid

Section 2 – Definitions & Abbreviations

flow or conductivity. Typical automatic regulating proportioning systems include: Balanced pressure venturi proportioning systems, water motor meter proportioner systems, direct injection automatic regulating proportioners. Examples of automatic regulating proportioning systems include but are not limited to:

1. Foam Pro-1601/2001 2. Robwen 500Darley 3. Fast-foam system Aquis 1.5/2.5 foam system

GACC – Geographic Area Coordination Center

GAWR – Gross Axle Weight Rating

GOVERNMENT – United States Department of Agriculture – Forest Service (USDA-FS), National Park Service (NPS), Bureau of Land Management (BLM), Bureau of Indian Affairs (BIA), and United States Fish & Wildlife Service (USF&WS), Federal Emergency Management Agency (FEMA), and the following Cooperators:

• Northern Rockies Coordination Center / Northern Region (R1): Montana Department of Natural

Resources and Conservation (MT DNRC), Idaho Department of Lands (IDL), North Dakota Forest Service (ND FS), and Montana Disaster & Emergency Services (DES)

• Rocky Mountain Area Coordination Center / Rocky Mountain Region (R2): States of Colorado, Kansas, Nebraska, South Dakota, and Wyoming

• Southwest Coordination Center / Southwest Region (R3): States of Arizona and New Mexico and West Texas

• Eastern Great Basin Coordination Center / Western Great Basin Coordination Center / Intermountain Region (R4): States of Idaho, Nevada, Utah, and Wyoming

• Northern California Geographic Area Coordination Center / Southern California Geographic Area Coordination Center / Pacific Southwest Region (R5): State of California and Pacific Islands

• Northwest Coordination Center / Pacific Northwest Region (R6): Oregon Department of Forestry (ODF) and Washington Department of Natural Resources (WDNR)

• Southern Area Coordination Center / Southern Region (R8): States of Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, North Carolina, South Carolina, Tennessee, Texas, and Virginia

• Eastern Area Coordination Center / Eastern Region (R9): States of Connecticut, Delaware, Illinois, Indiana, Iowa, Massachusetts, Maryland, Maine, Missouri, New Hampshire, New Jersey, New York, Ohio, Pennsylvania, Rhode Island, Vermont, Wisconsin, and West Virginia

• Alaska Interagency Coordination Center / Alaska Region (R10): State of Alaska

GOVERNMENT REPRESENTATIVE – Those employees of the agencies listed under the definition of Government that have a designation in writing or are designated by their position.

GVAW – Gross Vehicle Axle Weight

Pacific Northwest Contracting Job Aid

Section 2 – Definitions & Abbreviations

GVWR – Gross Vehicle Weight Rating

HOST DISPATCH CENTER – Interagency dispatch center responsible for dispatching

resources under this agreement.

HOST DISPATCH ZONE – Geographic area defined by the Host Dispatch Center’s area of authority.

ICPI – Incident Contract Project Inspector

ICS – Incident Command System

SIIBM – NWCG Standards for Interagency Incident Business Management

IPT – Iron Pipe Thread

INCIDENT – An occurrence or event, either human-caused or natural phenomena, that requires action by emergency service personnel to prevent or minimize loss of life or damage to property and/or natural resources.

INITIAL ATTACK – A planned response to a wildfire given the wildfire’s potential fire behavior. The objective of initial attack is to stop the spread of the wildfire and suppress it at least cost. An aggressive suppression action that is consistent with firefighter and public safety.

LOW GROUND PRESSURE EQUIPMENT– Equipment with wide pads, designed by the manufacturer to operate in wet, soft or sandy terrain.

NH – National Hose Thread

NPSH – National Pipe Standard Hose

ON SHIFT – Includes time worked, time that equipment is held or directed to be in a state of readiness, and compensable travel (equipment traveling under its own power) that has a specific start and ending time.

OPERATING SUPPLIES – Operating supplies include fuel, oil, filters, lube/oil changes. Even though the agreement may specify that all operating supplies are to be furnished by the Contractor (wet), the Government may, at its option, elect to furnish such supplies when necessary to keep the equipment operating. The cost of such supplies will be deducted from payment to the Contractor.

OPERATIONAL PERIOD – The period of time scheduled for execution of a given set of tactical actions, which may be specified in the Incident Action Plan. An operational period is equal to one shift and can be of various lengths.

ORDINARY WEAR AND TEAR – Equipment furnished under this agreement may be operated and subjected to extreme environmental and/or strenuous operating conditions which could

Pacific Northwest Contracting Job Aid

Section 2 – Definitions & Abbreviations

include but is not limited to unimproved roads, steep, rocky, hilly terrain, dust, heat, and smoky conditions. As a result, by entering into this agreement, the contractor agrees that what is considered wear and tear under this agreement is in excess of what the equipment is subjected to under normal operations and is reflected in the rates paid for the equipment.

POINT OF HIRE – The point of hire is the resource location (City and State) the vendor designates in their offer.

POINT OF RELEASE – The location from which a contractor is released upon expiration or termination of required services. This point may be the same as the point of hire.

PROPERTY – • Accountable Property. Items with a purchase price of $5,000 (USDA, USDI) or more, or items that

the incident agency considers sensitive, such as cameras, computers, chainsaws, and radios, are accountable and are marked with an agency identification number.

• Durable Property. Durable properties are those non-accountable items that have a useful life expectancy greater than one incident (e.g., sleeping bags, water handling accessories, tents, headlamps, tools). This property may be marked with paint or etching to show “US GOVT”, or an agency specific marking.

• Consumable Goods. Consumable goods are items normally expected to be consumed on the incident (e.g., batteries, Meals Ready to Eat, plastic canteens, petroleum products). This property is not marked.

RESOURCE – Equipment, personnel, supplies, or a service used to support incidents.

RON – Remain Over Night

IROC – Interagency Resource Ordering Capability

SAM – System for Award Management. SAM is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS.

SEVERITY –The class of assignments that are related to pre-suppression activities. Examples of appropriate severity activities may include but not limited to standby at the host unit, limited patrol, tool sharpening, or other activities that do not unduly interfere with fire readiness and a 10- minute mobilization response time. Increase the level of pre-suppression capability and fire preparedness when predicted or actual burning conditions exceed those normally expected, due to severe weather conditions.

SJRL – Synthetic Jacket Rubber Lined Hose

SKIDGINE, DROP TANK (AKA DETACHABLE TANK) – A Skidgine with a water tank that has been engineered to be able to be removed from the parent machine and re-attached to the parent machine in one (1) hour or less. The parent machine must have a log grapple that is usable to pull logs or break apart jackpots of fuel when the tank is removed. Winch equipped Skidgines are excluded from this definition.

Pacific Northwest Contracting Job Aid

Section 2 – Definitions & Abbreviations

SOFTTRACK – A machine constructed to carry water, mounted on a carrier, equipped with a track that is able to conform to varying ground conditions by torsion bar mounted road wheels. These road wheels allow the track to travel up and down to keep the track surface in constant contact with the ground over rough surfaces. These machines can travel at a speed of over 12 miles per hour on flat surfaces.

SUPPRESSION – All the work of extinguishing or confining a fire beginning with its discovery.

SUSPENSION –

• Air Bag – A suspension designed with two (2) air bags per wheel or four (4) air bags per axle. Air bag suspensions were developed for over the road conditions. While this suspension is acceptable, the process where the air bags inflate and deflate to try and maintain an even ride is not as desirable due to the non-static load associated with a tank of water.

• Vocational Duty – All other axle configurations including the walking beam, spring, and trailing arm with two (2) air bags per axle shall be identified as vocational style suspension. Must be equipped with a tandem axle interlock (power divider).

UNDER HIRE – Refer to D.21.8

WHEEL CHOCKS –

• Type 5 and 6 Engines shall be equipped with a wheel chock constructed with a height of 8” or more and a width of 6” or more.

• Type 3 and 4 Engines and ALL Tenders shall be equipped with a wheel chock constructed with a height of 8” or more and width of 7” or more.

• Wheel chock must have a solid bottom or ribbing on the bottom to prevent from sinking in soft soil.

• Wheel chock must have the face beveled at a 30-50 degree angle.

• Wheel chock base must be 1.4 times the height or greater.

• Or the manufacturer specifies the chocks meet SAE J-348, NFPA 1901, or NFPA 1906 for the size

of the vehicle.

WORK/REST – Refer to D.6.7

Pacific Northwest Contracting Job Aid

Section 3 – Incident Chain of Command

Incident Contracting Chain of Command

Applies to situations including non-compliance, human resource issues, claims, etc.

Supervisor/Contractor’s Representative of the Equipment/Crew

• Includes DIVS, TFLD, STL reports contractual issues to:

In the event of Non-Compliance please notify the appropriate CO, who can assist in resolving the

issues.

Pacific Northwest Contracting Job Aid

Section 4 – Fire Line Supervisor Responsibilities

Fire Line Supervisor Responsibilities:

• Become familiar with the contracts/agreements that you will be working with.

• Vendors/Contractors are required to have 1 complete copy of their most current agreement/contract in their possession at all times.

• Protect the Government against potential claims. • Enforce the specifications of the agreements

o Ensure the employees are qualified to perform the duties as assigned. If not, they need to be released and documented on the notice-of-noncompliance. The form can be faxed, emailed to the Contracting Officer.

• Ensure that contractors are being utilized per the terms of the agreement or contract in which they were hired for. For example; for a Type 6 Engine, the IMT should not be asking the ENGB or ENOP to serve in the role of a Task Force Leader, Felling Boss, FALC, etc.

• Contract employees operating under Crew Agreement/Contract, Engines, Fireline, EMT’s, Paramedics, and Fallers (Fallers in R6), are required to hold a valid incident qualifications card.

• Operators (other than stated in previous bullet) must have a copy of their current RT-130 certificate (or a valid incident qualification card) with them as proof of meeting training requirements on an incident.

• Ensure daily workmanship of the contractor is acceptable. • Complete performance evaluations. The evaluations and the rating guidelines can be

found within the agreements for each resource or at https://www.fs.usda.gov/detail/r6/workingtogether/contracting/?cid=fseprd896200 . Provide honest and accurate feedback and comments when rating the vendors/contractors.

• Government should not be signing off tasks in any contractor's position task books.

o Documentation can be added in regard to the performance of individuals on the performance evaluations.

• Participate in non-compliance issues with the appropriate personnel (ICPI, Procurement Unit Leader, COR, CO, etc.)

• Property will not be loaned to the contractor as they are required to arrive with all of their

supplies, tools, PPE, etc. The only exception is property can be loaned out when the

Government requires Contractor-owned hose and complements be left at the incident. When

the Government requires the contractor to leave Contractor- owned hose and/or

complements on an incident, the Government will provide the contractor with Form AD-107

(or equivalent) to transfer the contractor's property to the Government. If the contractor is

reassigned, they shall present the AD-107 to the supply unit at the incident who will loan the

contractor Government- furnished hose and/or complement. At the time of demobilization,

all accountable/durable property shall be returned to the government. If the resource is

being demobilized, no government hose or complement is issued, and the contractor can

submit a claim for the hose to the Incident PROC or CO. If the contractor receives any other

government property from the Supply unit, a Notice of Non-compliance shall be issued by the

ICPI and reported to the CO.

o EERA Vendors are not required to provide PPE or Fire Shelters.

Pacific Northwest Contracting Job Aid

Section 4 – Fire Line Supervisor Responsibilities

o Government no longer provides radios for Miscellaneous Heavy Equipment, Heavy Equipment, Dozers and Excavators.

• Ensure shift tickets or crew time reports are filled out properly and accurately document the actual work or travel time, and that they are signed by both contractor and line supervisor.

o Resources are not guaranteed 16-hour shifts, only document actual hours worked.

o Submit Pink and Blue copies of the shift ticket to the proper Finance Section (i.e. Dispatch or Finance Unit).

• Complete appropriate documentation which includes shift tickets, crew time reports, unit logs, AD-107, accident, and non-compliance reports.

• Ensure documentation is complete at time of demobilization.

• Ensure the contract resources are briefed.

• Remember, you do not have the authority to make any contractual changes above and beyond what is required by the agreement.

Pacific Northwest Contracting Job Aid

Section 5 – VIPR Content

VIPR Go to the VIPR generic templates using the link below

https://www.fs.fed.us/business/incident/solicitations.php

To best navigate through an electronic version of the VIPR agreement in PDF format, utilize

Control-F, and search by key word/words you are looking for.

If you are working with a paper copy, the front page is the Standard Form (SF) 1449, it gives you the

information about the agreement, including the agreement number, Contracting Officer name and

phone number.

The modifications are included after the SF-1449. The number and date of the modification is at the top.

Section B - I-BPA Use and Intent

This lets the vendor know how the agreement will be awarded and what is needed for award.

Section C - Contract Clauses

This lets the vendor know what FAR clauses are applicable to the agreement.

Section D - Resource Information This is the section that will be utilized the most by field users and includes:

D.1 – Scope of Agreement D.2 – Equipment Requirements D.2.1 – Contractor Provided Equipment D.2.2 – Transportation

D.2.2.1 – Tire Requirements

D.2.2.2 – Spare Tire

D.2.2.3 – Prohibited Marking D.2.2.4 – Fire Extinguisher D.2.6 – Prohibited Marking D.2.7 – Biobased Products D.3 – Personnel Requirements D.3.1 – [Reserved] D.3.2 – English Speaking Requirement D.4 – Equipment Reliability D.5 – Availability D.5.1 – Host Dispatch Center Selection D.6 – Ordering Protocol for Resources D.6.1 – Dispatch Priority D.6.2 – Ranking of Awarded Resources for Dispatch Priority D.6.2.1 – Tied Prices/CBA Scores D.6.3 – Ordering Procedures for Resources D.6.3.1 – Following Agreement Award D.6 3.2 – Depletion of Contract Resources D.6.4 – Information Required when Placing Orders D.6.4.1 – Information Provided to the Contractor

Pacific Northwest Contracting Job Aid

Section 5 – VIPR Content

D.6.5 – Dispatching Procedures D.6.5.1 – When Receiving a Dispatch Call D.6.5.2 – Incident Travel Time D.6.5.3 – Incident Check-in D.6.5.4 – Pay for Travel D.6.6 – Emergency Incident Driving D.6.7 – Work/Rest, Length of Assignments, and Crew Change Out D.6.8 – Demobilization D.6.9 – Release D.7 – Property D.7.1 – Accountable, Durable, and Consumable Goods D.8 – Information to be Provided by Contractor at Check-in D.9 – Laundry Service D.10 – Campsite D.11 – Commissary D.12 – Timekeeping D.13. – Contractor’s Representative D.14 – First Aid, Medical Coverage and Emergency Evacuations D.14.1 – First Aid Responsibility D.14.2 – Medical Insurance D.15 – Vehicle Cleaning for Noxious Weed Control D.16 – Pre-Award Inspections D.17 – Incident Pre-Use Inspection D.17.1 – Inspection Reports D.18 – Noncompliance After Acceptance at the Incident D.19 – Workmanship D.19.1 – Incident Behavior D.20 – Performance Evaluations D.21 – Payments D.21.1 – [Reserved] D.21.2 – Withdrawal of Resource(s) D.21.3 – Repairs D.21.4 – Operating Supplies D.21.5 – Remain Overnight Allowance (RON) D.21.6 – Food & Drink D.21.7 – Order Cancellation D.21.8 – Payments D.21.8.1 – Rates of Payments D.21.2.1.1 – Payment for Travel (Equipment City) D.21.8.1.2 – Driver Hour Limitation D.21.8.1.3 – Payment of Optional Items D.21.8.2 – Method of Payment D.21.8.3 – Exceptions D.21.9 – Invoicing Process D.21.9.2 – Operational Work Approval D.21.9.3 – Finance Unit D.21.9.4 – Released to Designated Dispatch Point D.21.9.4 – Payment Package D.22 – Replacement of Resources D.23 – List of Documents, Exhibits and Other Attachments

Pacific Northwest Contracting Job Aid

Section 6 – National Type 2 IA Crew Contract Content

National Type 2-IA Fire Fighter Crew Contract

TABLE OF CONTENTS

SECTION A - SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

STANDARD FORM SF-1449 1

SECTION B – SCHEDULE OF SUPPLIES/SERVICES ........................................................................................ 2 B.1 GENERAL INFORMATION TYPE 2 INITIAL ATTACK FIREFIGHTER CREWS ........................................ 2 B.2 OPTIONAL ITEMS TYPE 2 INITIAL ATTACK FIREFIGHTER CREWS ..................................................... 2 B.3 HOST UNIT COORDINATION CENTER(S) (HUCC) LOCATIONS TYPE 2 INITIAL ATTACK

FIREFIGHTER CREWS ....................................................................................................................... 3 B.4 MAP OF DESIGNATED DISPATCH POINTS TYPE 2 INITIAL ATTACK FIREFIGHTER CREWS .............. 4 B.5 SCHEDULE OF ITEMS ....................................................................................................................... 5 SECTION C – CONTRACT CLAUSES ............................................................................................................. 8 C.1 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (FAR 52.212-4) (DEVIATION

2017-1) (OCT 2018) ........................................................................................................................ 8 C.2 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE

ORDERS - COMMERCIAL ITEMS (FAR 52.212-5) (DEVIATION 2017-1, APR 2020) (NOV 2020) ..... 13 C.3 ORDERING (FAR 52.216-18) (OCT 1995)........................................................................................ 21 C.4 ORDER LIMITATIONS (FAR 52.216-19) (OCT 1995) ....................................................................... 28 C.5 INDEFINITE QUANTITY (FAR 52.216-22) (OCT 1995) .................................................................... 29 C.6 OPTION TO EXTEND SERVICES (FAR 52.217-8) (NOV 1999) .......................................................... 29 C.7 OPTION TO EXTEND THE TERM OF THE CONTRACT (FAR 52.217-9) (MAR 2000) ......................... 30 C.8 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (FAR 52.222-42) (MAY 1989) ............. 30 C.9 PERMITS AND RESPONSIBILITIES (FAR 52.236-7) (NOV 1991) ...................................................... 31 C.10 CONTRACT CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2) (FEB 1998) ....................... 31 C.11 EFFECTIVE PERIOD OF THE CONTRACT (AGAR 452.211-75) (FEB 1988) ....................................... 31 C.12 POST AWARD CONFERENCE (AGAR 452.215-73) (NOV 1996) ...................................................... 31 C.13 MINIMUM AND MAXIMUM CONTRACT AMOUNTS (AGAR 452.216-73) (FEB 1988) ................... 32 C.14 CONFIDENTIALITY OF INFORMATION (AGAR 452.224-70) (FEB 1988) ......................................... 32 C.15 INSURANCE COVERAGE (AGAR 452.228-71) (NOV 1996) ............................................................. 33 C.16 USE OF PREMISES (AGAR 452.236-72) (NOV 1996) ...................................................................... 33 C.17 KEY PERSONNEL (AGAR 452.237-74) (FEB 1988) .......................................................................... 33 C.18 INSPECTION AND ACCEPTANCE (AGAR 452.246-70) (FEB 1988) .................................................. 34 C.19 CAMPING PROVISIONS FOR LABOR INTENSIVE CONTRACTS ....................................................... 34 C.20 CLAIM SETTLEMENT AUTHORITY .................................................................................................. 36 C.21 COMMERCIAL FILMING OR VIDEOTAPING .................................................................................... 36 C.22 EMPLOYMENT OF ELIGIBLE WORKERS .......................................................................................... 36 C.23 FAIR OPPORTUNITY OMBUDSMAN ............................................................................................... 42 C.24 FOREST SERVICE HARASSMENT FREE WORKPLACE POLICY .......................................................... 42 C.25 GOVERNMENT LIABILITY ............................................................................................................... 43 C.26 INCIDENT BEHAVIOR .................................................................................................................... 43 C.27 MANDATORY AVAILABILITY PERIOD ............................................................................................. 44 C.28 NOTICE OF CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM ........................... 44 C.29 PAYMENT PROCEDURES ................................................................................................................ 46 C.30 SPECIAL REQUIREMENTS FOR LABOR INTENSIVE CONTRACTS .................................................... 55 C.31 WORKMANSHIP ............................................................................................................................. 56

Pacific Northwest Contracting Job Aid

Section 6 – National Type 2 IA Crew Contract Content

SECTION D - LIST OF EXHIBITS ................................................................................................................. 57 EXHIBIT D.1 SPECIFICATIONS/STATEMENT OF WORK ............................................................................. 58 EXHIBIT D.2 DEFINITIONS FOR NATIONAL TYPE 2IA FIREFIGHTER CREWS ............................................. 78 EXHIBIT D.3 HANDCREW MANIFEST FORM ............................................................................................. 82 EXHIBIT D.4 HANDCREW INSPECTION FORM .......................................................................................... 84 EXHIBIT D.5 EMERGENCY EQUIPMENT – USE INVOICE (OF-286) ............................................................ 88 EXHIBIT D.6 NATIONAL TYPE 2 & 2-IA CREW PERFORMANCE EVALUATION FORM ............................... 90 EXHIBIT D.7 ENGLISH LANGUAGE PROFICIENCY EVALUATION ............................................................... 92 EXHIBIT D.8 WAGE DETERMINATIONS .................................................................................................... 95 EXHIBIT D.9 KEY PERSONNEL RESUME TEMPLATE ................................................................................ 105 EXHIBIT D.10 QUALITY CONTROL/SAFETY/TRAINING PLAN .................................................................. 107 SECTION E – SOLICITATION PROVISIONS .............................................................................................. 108 E.1 GENERAL INFORMATION TYPE 2IA FIREFIGHTER CREWS ........................................................... 108 E.2 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS (FAR 52.212-1 (June 2020))

(TAILORED) .................................................................................................................................. 109 E.3 EVALUATION – COMMERCIAL ITEMS (FAR 52.212-2) (OCT 2014) .............................................. 117 E.4 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (FAR 52.212-3)

(NOV 2020) .................................................................................................................................. 120 E.5 SINGLE OR MULTIPLE AWARDS (FAR 52.216-27) (OCT 1995) ..................................................... 138 E.6 EVALUATION OF OPTIONS (FAR 52.217-5) (JUL 1990) ............................................................... 138 E.7 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FAR 52.252-1) (FEB 1998) .......... 138 E.8 INQUIRIES (AGAR 452.204-70) (FEB 1988) ................................................................................. 138 E.9 AMENDMENTS TO PROPOSALS (AGAR 452.215-72) (FEB 1988) ................................................ 138 E.10 EVALUATION QUANTITIES – INDEFINITE-DELIVERY CONTRACT (AGAR 452.216-72)

(FEB 1988) ................................................................................................................................... 139 E.11 SIZE STANDARD AND NAICS CODE INFORMATION (AGAR 452.219-70) (SEP 2001) ................... 139 E.12 PRE-BID/PRE-PROPOSAL CONFERENCE (452.237-71) (FEB 1988) .............................................. 139 E.13 EMPLOYMENT OF ELIGIBLE WORKERS – WORKFORCE CERTIFICATION ..................................... 140

Pacific Northwest Contracting Job Aid

Section 7 – National Type 2 Crew Agreement Content

National Type 2 Crew Agreement

TABLE OF CONTENTS

SECTION A - SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS STANDARD FORM SF-1449 1

SECTION B – SCHEDULE OF SUPPLIES/SERVICES ........................................................................................ 2 B.1 GENERAL INFORMATION TYPE 2 FIREFIGHTER CREWS .................................................................. 2 B.2 OPTIONAL ITEMS TYPE 2 CREWS ..................................................................................................... 2 B.3 HOST UNIT COORDINATION CENTER(S) (HUCC) LOCATIONS TYPE 2 FIREFIGHTER CREWS............ 3 B.4 MAP OF DESIGNATED DISPATCH POINTS TYPE 2 FIREFIGHTER CREWS ......................................... 4 B.5 SCHEDULE OF ITEMS ....................................................................................................................... 5 SECTION C – CONTRACT CLAUSES ............................................................................................................. 7 C.1 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (FAR 52.212-4) (DEVIATION

2017-1) (OCT 2018) ........................................................................................................................ 7 C.2 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE

ORDERS - COMMERCIAL ITEMS (FAR 52.212-5) (DEVIATION 2017-1, APR 2020) (JAN 2021) ...... 12 C.3 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (FAR 52.222-42) (MAY 2014) ............ 21 C.4 PERMITS AND RESPONSIBILITIES (FAR 52.236-7) (NOV 1991) ..................................................... 21 C.5 CONTRACT CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2) (FEB 1998) ....................... 22 C.6 CONFIDENTIALITY OF INFORMATION (AGAR 452.224-70) (FEB 1988) ......................................... 22 C.7 INSURANCE COVERAGE (AGAR 452.228-71) (NOV 1996) ............................................................. 23 C.8 USE OF PREMISES (AGAR 452.236-72) (NOV 1996) ...................................................................... 23 C.9 KEY PERSONNEL (AGAR 452.237-74) (FEB 1988) .......................................................................... 24 C.10 INSPECTION AND ACCEPTANCE (AGAR 452.246-70) (FEB 1988) .................................................. 24 C.11 AGREEMENT PERIOD ..................................................................................................................... 24 C.12 AGREEMENT CANCELLATION ....................................................................................................... 25 C.13 ASSIGNMENT OF CLAIMS ............................................................................................................. 25 C.14 CAMPING PROVISIONS FOR LABOR INTENSIVE CONTRACTS ....................................................... 25 C.15 CLAIM SETTLEMENT AUTHORITY .................................................................................................. 27 C.16 COMMERCIAL FILMING OR VIDEOTAPING .................................................................................... 27 C.17 DELIVERY TICKETS (RESOURCE ORDER)......................................................................................... 27 C.18 EMPLOYMENT OF ELIGIBLE WORKERS .......................................................................................... 27 C.19 EXTENT OF OBLIGATION ................................................................................................................ 33 C.20 FOREST SERVICE HARASSMENT FREE WORKPLACE POLICY .......................................................... 33 C.21 GOVERNMENT LIABILITY ............................................................................................................... 34 C.22 INCIDENT BEHAVIOR .................................................................................................................... 34 C.23 NOTICE OF CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM ........................... 35 C.24 ORDERING ..................................................................................................................................... 36 C.25 PAYMENT PROCEDURES ................................................................................................................ 40 C.26 PERSONNEL CONDUCT .................................................................................................................. 48 C.27 SPECIAL REQUIREMENTS FOR LABOR INTENSIVE CONTRACTS ..................................................... 48 C.28 WORKMANSHIP ............................................................................................................................. 49 SECTION D - LIST OF EXHIBITS ................................................................................................................. 50 EXHIBIT D.1 SPECIFICATIONS/STATEMENTS OF WORK ........................................................................... 51 EXHIBIT D.2 DEFINITIONS FOR TYPE 2 FIREFIGHTER CREWS .................................................................. 70 EXHIBIT D.3 HANDCREW MANIFEST FORM ............................................................................................. 74 EXHIBIT D.4 HANDCREW INSPECTION FORM PAGE 1 OF 4 .................................................................... 76 EXHIBIT D.5 EMERGENCY EQUIPMENT – USE INVOICE (OF-286) ........................................................... 80 EXHIBIT D.6 NATIONAL TYPE 2 & 2-IA CREW PERFORMANCE EVALUATION FORM ............................... 82

Pacific Northwest Contracting Job Aid

Section 7 – National Type 2 Crew Agreement Content

EXHIBIT D.7 ENGLISH LANGUAGE PROFICIENCY EVALUATION ............................................................... 84 EXHIBIT D.8 WAGE DETERMINATIONS .................................................................................................... 87 EXHIBIT D.9 KEY PERSONNEL RESUME TEMPLATE .................................................................................. 97 EXHIBIT D.10 QUALITY CONTROL/SAFETY/TRAINING PLAN ..................................................................... 97 SECTION E – SOLICITATION PROVISIONS ............................................................................................... 100 E.1 GENERAL INFORMATION TYPE 2 FIREFIGHTER CREWS ............................................................... 100 E.2 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS (FAR 52.212-1 (June 2020))

(TAILORED) .................................................................................................................................. 101 E.3 EVALUATION – COMMERCIAL ITEMS (FAR 52.212-2) (OCT 2014) .............................................. 107 E.4 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (FAR 52.212-3)

(JAN 2021) .................................................................................................................................. 109 E.5 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FAR 52.252-1) (FEB 1998) .......... 127 E.6 INQUIRIES (AGAR 452.204-70) (FEB 1988) .................................................................................. 127 E.7 SIZE STANDARD AND NAICS CODE INFORMATION (AGAR 452.219-70) (SEP 2001) ................... 127 E.8 PRE-BID/PRE-PROPOSAL CONFERENCE (452.237-71) (FEB 1988)............................................... 127 E.9 EMPLOYMENT OF ELIGIBLE WORKERS – WORKFORCE CERTIFICATION ..................................... 129

Pacific Northwest Contracting Job Aid

Section 8 – Work/Rest Policy and Length of Assignment for VIPR Resources

Work/Rest Policy and Length of Assignment for VIPR Resources

D.6.7 WORK/REST, LENGTH OF ASSIGNMENTS, AND CREW CHANGE OUT (a) Work/rest and length of assignment guidelines are in place to ensure the health and safety of

employees. Contractors shall ensure that their personnel adhere to the work/rest guidelines

(minimum 2:1 work to rest ratio (for every 2 hours of work or travel, provide 1 hour of sleep and/or

rest within a 24-hour period)). Hours worked that exceed 16 hours in a 24-hour period must be

approved by the IC or Agency Administrator. Documentation shall include mitigation measures

used to reduce fatigue.

(b) To mitigate exceeding length of assignment guidelines and manage the days of rest, the

Government has the option to:

(1) Request the Contractor to provide replacement personnel. Replacement personnel are

subject to the work/rest and length of assignment guidelines and must arrive at the

incident fully rested. The Government will not pay transportation cost for replacement

personnel.

(2) Release resources after a 14-day assignment or follow length of assignment extension

guidelines as stated in Interagency Incident Business Management Handbook.

(3) With the Government's agreement, the contractor may choose to have their personnel

remain at the incident base camp and not be placed on shift to allow proper rest. The

time is not compensable when the Contractor is off shift in compliance with the length of

assignment provisions. Refer to D.21.8.3(d).

D.21.8.3 -- Exceptions.

(d) No payment will accrue when the contractor is off shift in compliance with the mandatory "Work/Rest" and "Length of Assignment" provisions. Refer to D.6.7.

Equipment does not need a break in assignment, only the operators do. Contractors can replace qualified operators to keep the equipment operational and on shift as long as they coordinate with Finance, Plans, etc., therefore, can be assigned to an incident beyond 30 days, but shall not exceed the dollar limitation for any individual order as stated in B.2 of the Agreement.

Contract timber fallers can be ordered as a Single (1 faller) or Module (2 fallers). Fallers should follow Overhead/Employee guidelines for the sake of determining the length of assignment or extension options. For example, an individual faller order (O#) should not be left open to swap alternates or relief fallers.

Single EMTs and Paramedics should follow Overhead/Employee guidelines for the sake of determining the length of assignment or extension options. For example, an individual EMT/Paramedic order (O#) should not be left open to swap alternates or relief EMTs/Paramedics.

A Mechanic with Service Truck may NOT swap or replace mechanics while assigned to an incident. A mechanic may be extended in accordance with length of assignment guidelines stated in the NWCG Standards for Interagency Incident Business Management (SIIBM).

Pacific Northwest Contracting Job Aid

Section 9 – Dispatch

For current Dispatch information please go to our Website

Click Here for Dispatch Resources, Documents and Information

Pacific Northwest Contracting Job Aid

Section 10 – Finance

For Current Finance Information please go to our page on our website

Finance, Contracting Officer and Buying Team Resources: https://www.fs.usda.gov/detailfull/r6/fire-aviation/management/?cid=fseprd894876&width=full

Pacific Northwest Incident Business Web Page https://www.fs.fed.us/r6/fire/incident-business/

Regional Incident Business Specialist Becky Slick Office: 503.808.6319 Mobile: 503.896.0618 Email: [email protected]

Pacific Northwest Contracting Job Aid

Section 11 – Competitive Incident Blanket Purchase Agreements (IBPA) VIPR Agreements

Competitive Incident Blanket Purchase Agreements (IBPA) VIPR Agreements • Competitively awarded through VIPR (Virtual Incident Procurement) and dispatched

through a Dispatch Priority List (DPL) by Best Price Value (BPV) Ordering Procedures:

• NO Name requests of VIPR resources

• Know the type, size and special needs of equipment needed

• ALL resources are to be inspected - ORDER ICPI o ICPI (Incident Contract Project Inspector)

• Heavy Equipment will be dispatched with one E#. Note daily on EACH shift ticket if the equipment is WITH or WITHOUT Transport (No separate E# or shift ticket for transport)

• Note daily on the shift ticket if there is only 1 operator for the equipment/transport

• Payment processing needs to be addressed early and may be done back at a district if needed

• Demob decisions are to meet Incident Management needs, however, no payment shall exceed The Simplified Acquisition Threshold (SAT) for any individual VIPR resource

• Performance Evaluations must be completed for all VIPR resources

Chippers Communications Trailer Fallers - Singles and Modules Fuel Tenders GIS Unit Heavy Equipment (Dozers, Excavators) Heavy Equipment w/Water (Skidgines, Pumper Cats, & Softtracks) Helicopter Operations Support Trailer Mechanic w/Service Truck

Miscellaneous Heavy Equipment (Feller Bunchers, Boom Mounted Masticators, Strip Mulchers/Masticators, Road Graders, and Skidders) Mobile Laundry Unit Potable & Gray Water Trucks/Handwashing Station (Trailer Mounted) Refrigerated Trailers Vehicles w/Driver Water Handling (Engines & Tenders) Weed Wash Units

Ambulances Paramedics/EMTs

EERA (Emergency Equipment Rental Agreement)

• A source list of vendors, equipment and services are established pre-season by the FACT office.

• Each EERA must be signed prior to use by a warranted contracting official.

• Ordering procedure, shift ticket use and payment process is the same as the VIPR agreements. • Cannot be reassigned under the same agreement, each EERA is valid for one incident.

Pacific Northwest Contracting Job Aid

Section 11 – Competitive Incident Blanket Purchase Agreements (IBPA) VIPR Agreements

• May be used to hire equipment not in VIPR once all VIPR equipment is exhausted or cannot meet needed date and time.

EERA resources must meet the same minimum specification requirements as VIPR resources.

EERA Resource Examples: ATV/UTV Boats Catering Service, Type 3 Dump Truck Heaters/AC Units Helicopter Dip Tanks Horse/Mule Pack Strings Laundry Service (Local) Light Towers/Generators Mobile Saw Shop Mobile Sleeping Units Office Equipment (Copy/Fax Machine) Overhead Fill Tower Portable Hand Wash Units Portable Toilets Road Guards/Traffic Control Skidsteer/Forklift

Tents

2021 Operations Equipment Typing Crews

T-2 IA (National Type 2IA Crew Contract) T-2 (National Type 2 Agreement)

Engine T-3 500-1500 gal T-4 750-1500 gal T-5 400-749 gal T-6 150-399 gal

Support Water Tender T-1 Min 4000+ gal T-2 2500-3999 gal T-3 1000-2499 gal

Fallers Single Faller - 1 Faller Faller Module - 2 Fallers Both come with ALL equipment, operating supplies, and transportation Skidgine T-1 Min 1200+ gal T-2 800-1199 gal

Pacific Northwest Contracting Job Aid

Section 11 – Competitive Incident Blanket Purchase Agreements (IBPA) VIPR Agreements

T-3 400-799 gal T-4 200-399 gal

Softtrack T-1 Min 600 gal

Pumper Cat T-1 Min 500+ gal T-2 325-499 gal T-3 200-324 gal

Dozer T-1 Min 240+ HP AND 60,000 lbs. T-2 150-250 HP AND 35,000 lbs. T-3 99-165 HP AND 20,000 lbs. T-4 50-110 HP and 15,000 lbs.

Excavators T-1 Min 160+ HP AND 50,000 lbs. + T-2 111+ HP AND 30,000 lbs. + T-3 81+ HP AND 20,000 lbs. + T-4 60+ HP and 15,000 lbs. +

Chipper T-1 18-inch + DBH T-2 13-17-inch DBH T-3 9-12-inch DBH

Refrigerated Trailer T-1 43+ feet T-2 29-42 feet T-3 24-28 feet

Mechanic with Service Truck Heavy Equipment Mechanic Auto/Truck Mechanic

Feller Buncher T-1 226+ HP and minimum 20 single cut capacity T-2 160-225 HP

Mulcher/Masticator - Boom Mounted T-1 Min 160 HP and Min Operating Weight 50,000 lbs. T-2 Min 111 HP and Min Operating Weight 30,000 lbs. T-3 Min 81 HP and Min Operating Weight 20,000 lbs. T-4 Min 60 HP and Min Operating Weight 15,000 lbs.

Strip Mulcher/Masticator T-1 Min 200-350 HP T-2 100-199 HP T-3 50-99 HP Road Graders T-1 Min 165+ HP T-2 120-164 HP

Pacific Northwest Contracting Job Aid

Section 11 – Competitive Incident Blanket Purchase Agreements (IBPA) VIPR Agreements

Skidder

T-1 Min 176+ HP T-2 100-175 HP T-3 60-99 HP

Fuel Tenders T-1 Min 3501 + gal T-2 Min 2501 - 3500 gal T-3 Min 500- 2500 gal

Potable Water Truck T-1 4000+ gal T-2 2500 - 3999 gal T-3 1000 - 2499 gal T-4 400 - 999 gal

Gray Water Truck T-1 4000+ gal T-2 2500 - 3999 gal T-3 1000 - 2499 gal T-4 400 - 999 gal

Trailer Mounted Hand Wash Station T-1 12+ sinks T-2 8 - 11 sinks

Weed Washing Units T-1 Recycling water system

Vehicle with Driver: Pickup T-1 8501-19,500 lbs. 72-inch bed length minimum T-2 6001-8500 lbs. 66-inch bed length minimum T-3 up to 6000 lbs. 60-inch bed length minimum Stakeside T-1 14,001-26,000 lbs. T-2 10,001-14,000 lbs. SUV Min 5 passenger Passenger Van 7-9 passengers (numbers include driver)

Ambulance T-1 Advanced Life Support, Paramedic and EMT minimum staffing, with HAZMAT capability T-2 Advanced Life Support, Paramedic and EMT minimum staffing T-3 Basic Life Support, EMT and First Responder minimum staffing, with HAZMAT Capability T-4 Basic Life Support, EMT and First Responder minimum staffing

EMT EMT-Basic, either Camp or Line Qualified EMT-Advanced, either Camp or Line Qualified EMT-Paramedic, either Camp or Line Qualified

Pacific Northwest Contracting Job Aid

Section 12 – Chain Saw Use (Type 2IA)

National T2-IA Crew Contract D.1.3 EQUIPMENT

Table D.1 Required Hand Tools Power Saw with Fuel, Oil, and Kit (D.3 (b)) 3 Required per crew

CHAINSAW KIT Three chainsaw kits are required for each NCC. Each kit shall consist of a chainsaw with a minimum 24-inch bar and 3.44 cubic inch size motor, chaps (meeting USFS Specification 6170-4F or later, or certified to NFPA 1977), extra chain, chainsaw wrench, and appropriate size, round and flat sharpening files. A falling axe and falling wedges are required.

(1) NCC chainsaw operators under this contract shall not perform as danger/hazard tree

fallers (see Definitions Danger/Hazard Tree Indicators) except in an incidental danger/hazard tree faller capacity (reference D.1.5 (e)).

(2) NCC chainsaw operators may not leave crew to perform as faller for another crew.

Table D.2 Minimum Crew Requirements for Type 2-IA Mobilization D.1.5 POSITION QUALIFICATION REQUIREMENTS

This section describes the training and qualifications that each firefighter must have before they can be certified in each Incident Command System (ICS) position required under this Contract. The qualifications defined are for the ICS positions of Single Resource Boss-Crew (CRWB); Incident Commander Type 5 (ICT5); Advanced Firefighter/Squad Boss (FFT1); and Firefighter (FFT2). Table D.4 identifies the sequence for training and experience requirements to become certified in each position required under the terms of this contract.

(e) INCIDENT SAWYER* (1) REQUIRED TRAINING

• Power Saws (S-212) • Annual Fireline Safety Refresher (RT-130) • First Aid and CPR (required by OSHA 1910.266 Appendix B for all fallers

under logging operations. (2) ADDITIONAL TRAINING WHICH SUPPORTS DEVELOPMENT OF KNOWLEDGE AND SKILLS

Demonstrate competency as FAL1, FAL2, or FAL3 (3) EXPERIENCE

Minimum FFT2 Qualified (4) PHYSICAL FITNESS

Arduous (5) ONCE CERTIFIED AS FAL1, FAL2, or FAL3, OTHER ASSIGNMENTS THAT WILL MAINTAIN CURRENCY OF THE FALLER CERTIFICATION

None

An initial certification is required for all falling position (FAL1, FAL2, and FAL3) qualifications, and every three years following initial certification.

Pacific Northwest Contracting Job Aid

Section 12 – Chain Saw Use (Type 2IA)

The chainsaw may be used by the NCC only for fireline construction, mop-up, or clearing access routes and emergency escape routes, storm debris clean-up and light project work such as small tree thinning and brush removal. NCC chainsaw operators under this contract shall not be assigned to perform as danger/hazard tree fallers beyond what is necessary to safely complete the tasks listed above (Incidental danger/hazard tree falling). NCC chainsaw operators may fall those danger/hazard trees, potential danger/hazard trees, and trees that represent a threat to the line or a clear and present danger/hazard to personnel in furtherance of the above tasks and within their training and qualifications. As with all trees, only a trained and competent faller should attempt to fall a danger/hazard tree. All fallers including NCC chainsaw operators, have the obligation to refuse to cut any tree that they cannot safety fall and that is within the scope of their skills and qualifications. NCC chainsaws operators may not leave crew to perform as faller for another crew.

(f) ADDITIONAL REQUIREMENTS

(1) Forest Service Fireline Safety Refresher Training Annual Fireline Safety Refresher Training (RT-130) is required for all positions as identified in FSFAQG and the Wildland Fire Qualifications System Guide (NWCG 310-1). Forest Service has extended this requirement to 13 months. Annual Fireline Safety Refresher Training is provided to recognize hazards and mitigate risk, maintain safe practices and to reduce accidents and near misses. The intent of the annual fireline safety refresher training is to focus suppression and prescribed fire personnel on operations and decision-making issues related to incident safety. Annual Fireline Safety Refresher Training must include the following core topics: Core Topics Examples Avoiding Entrapments Use training and reference materials to study the risk management process as identified in the Incident Response Pocket Guide as appropriate to the participants, e.g., LCES, Standard Firefighting Orders, Eighteen Watch Out Situations, Wildfire Decision Support System (WFDSS) direction, Fire Management Plan priorities, etc. Current Issues Review and discuss identified “hot topics” as found on the current Wildland Fire Safety Training Annual Refresher (WFSTAR) website. Review forecasts and assessments for the upcoming fire season and discuss implications for firefighter safety. Fire Shelter Review and discuss last resort survival including escape and shelter deployment site selection. Conduct “hands-on” fire shelter inspections. Practice shelter deployments in applicable crew/module 18 configurations. Other Hazards and Safety Issues Choose additional hazard and safety subjects, which may include SAFENET, current safety alerts, site/unit specific safety issues and hazards. These core topics must be sufficiently covered to ensure that personnel are aware of safety concerns and procedures and can demonstrate proficiency in fire shelter deployment. The Forest Service has No minimum refresher training hour requirements. Core topics shown above should reflect the quality of the material used and not the quantity. Further guidance can be found in the most current version of the Interagency Standards for Fire and Fire Aviation Operations located on the Forest Service Fire & Aviation Management Publications website: http://www.fs.fed.us/fire/publications/index.html Additional information can be found on the Wildland Fire Safety Training (WFSTAR) website: http://www.nifc.gov/wfstar/index.html

Pacific Northwest Contracting Job Aid

Section 12 – Chain Saw Use (Type 2IA)

(2) National Incident Management System (NIMS) IS-700.a overview course is required under this contract for all positions. The NIMS IS-700.a course in English and Spanish may be obtained online at http://training.fema.gov/EMIWeb/IS/is700a.asp .

D.1.7 SAFETY STANDARDS, PERSONNEL REQUIREMENTS, PERSONAL PROTECTIVE EQUIPMENT, WORK/REST, DRIVING, AND LENGTH OF ASSIGNMENT GUIDELINES

(e) PERSONAL PROTECTIVE EQUIPMENT The following minimum contract standards shall always be upheld. The Contracting Officer or their designated representatives will consider individuals who cannot meet these minimum requirements as UNSAFE and may remove the individual or, if necessary, the entire crew from the work site in accordance with the terms of this contract.

Contractor is responsible for ensuring that all personnel arrive with the following PPE: (10) CHAIN SAW CHAPS: For each firefighter who operates a chain saw, chain saw chaps must be worn during saw operations. Chain saw protection/chaps shall meet USFS Specification 6170-4F or later, or meet the current requirements of NFPA 1977. Chain saw chaps should be adjusted for a snug fit that will keep them positioned correctly on the legs. Chain saw chaps must be long enough to reach 2 inches below the boot tops. Proper fit and correct chap length maximize protection. Chainsaw chaps shall be maintained in accordance with MTDC Publication, Inspecting and Repairing your Chainsaw Chaps – User Instructions (0567-2816-MTDC) available at https://www.fs.fed.us/t-d/pubs/htmlpubs/htm05672816/page01.htm.

Pacific Northwest Contracting Job Aid

Section 12 – Chain Saw Use (Type 2 Crew)

National T2 Crew Agreement

D.1.3 EQUIPMENT

Table D.1 Required Hand Tools Power Saw With Fuel, Oil, and Kit (D.3 (b)) 3 Required per crew

(b) CHAINSAW KIT Three chainsaw kits are required for each T2C. Each kit shall consist of a chainsaw with a minimum 18-inch bar and 3.44 cubic inch size motor, chaps (meeting USFS Specification 6170-4F or later, or certified to NFPA 1977), extra chain, chainsaw wrench, and appropriate size, round and flat sharpening files. A falling axe and falling wedges are required.

Table D.2 Minimum Crew Requirements for Type 2-IA Mobilization D.1.5 POSITION QUALIFICATION REQUIREMENTS

This section describes the training and qualifications that each firefighter must have before they can be certified in each Incident Command System (ICS) position required under this Contract. The qualifications defined are for the ICS positions of Single Resource Boss-Crew (CRWB); Advanced Firefighter/Squad Boss (FFT1); and Firefighter (FFT2). Table D.3 identifies the sequence for training and experience requirements to become certified in each position required under the terms of this Agreement.

(d) INCIDENT SAWYER* (1) REQUIRED TRAINING

• Power Saws (S-212) • Annual Fireline Safety Refresher (RT-130) • First Aid and CPR (required by OSHA 1910.266 Appendix B for all fallers

under logging operations. (2) ADDITIONAL TRAINING WHICH SUPPORTS DEVELOPMENT OF KNOWLEDGE AND SKILLS

Demonstrate competency as FAL3 (3) EXPERIENCE

Minimum FFT2 Qualified (4) PHYSICAL FITNESS

Arduous (5) ONCE CERTIFIED FAL3, OTHER ASSIGNMENTS THAT WILL MAINTAIN CURRENCY OF THE FALLER CERTIFICATION

None

An initial certification is required for all falling position FAL3 qualifications, and every three years following initial certification. The chainsaw may be used by the T2C only for fireline construction, mop-up, or clearing access routes and emergency escape routes. T2C chainsaw operators under this agreement shall not be assigned to perform as danger/hazard tree fallers. T2C chainsaw operators may not leave the crew to perform as faller for another crew.

Pacific Northwest Contracting Job Aid

Section 12 – Chain Saw Use (Type 2 Crew)

(e) ADDITIONAL REQUIREMENTS

(1) Forest Service Fireline Safety Refresher Training Annual Fireline Safety Refresher Training (RT-130) is required for all positions as identified in FSFAQG and the Wildland Fire Qualifications System Guide (NWCG 310-1). Forest Service has extended this requirement to 13 months. Annual Fireline Safety Refresher Training is provided to recognize hazards and mitigate risk, maintain safe practices and to reduce accidents and near misses. The intent of the annual fireline safety refresher training is to focus suppression and prescribed fire personnel on operations and decision-making issues related to incident safety. Annual Fireline Safety Refresher Training must include the following core topics: Core Topics Examples Avoiding Entrapments Use training and reference materials to study the risk management process as identified in the Incident Response Pocket Guide as appropriate to the participants, e.g., LCES, Standard Firefighting Orders, Eighteen Watch Out Situations, Wildfire Decision Support System (WFDSS) direction, Fire Management Plan priorities, etc. Current Issues Review and discuss identified “hot topics” as found on the current Wildland Fire Safety Training Annual Refresher (WFSTAR) website. Review forecasts and assessments for the upcoming fire season and discuss implications for firefighter safety. Fire Shelter Review and discuss last resort survival including escape and shelter deployment site selection. Conduct “hands-on” fire shelter inspections. Practice shelter deployments in applicable crew/module 18 configurations. Other Hazards and Safety Issues Choose additional hazard and safety subjects, which may include SAFENET, current safety alerts, site/unit specific safety issues and hazards. These core topics must be sufficiently covered to ensure that personnel are aware of safety concerns and procedures and can demonstrate proficiency in fire shelter deployment. The Forest Service has No minimum refresher training hour requirements. Core topics shown above should reflect the quality of the material used and not the quantity. Further guidance can be found in the most current version of the Interagency Standards for Fire and Fire Aviation Operations located on the Forest Service Fire & Aviation Management Publications website: http://www.fs.fed.us/fire/publications/index.html Additional information can be found on the Wildland Fire Safety Training (WFSTAR) website: http://www.nifc.gov/wfstar/index.html (2) National Incident Management System (NIMS) IS-700.a overview course is required under this contract for all positions. The NIMS IS-700.a course in English and Spanish may be obtained online at http://training.fema.gov/EMIWeb/IS/is700a.asp .

D.1.7 SAFETY STANDARDS, PERSONNEL REQUIREMENTS, PERSONAL PROTECTIVE EQUIPMENT, WORK/REST, DRIVING, AND LENGTH OF ASSIGNMENT GUIDELINES

(e) PERSONAL PROTECTIVE EQUIPMENT

Contractor is responsible for ensuring all personnel arrive at the incident fully outfitted with the proper Personal Protective Equipment (PPE) as prescribed in this section and fully prepared to perform under the terms of this contract. Contractor shall be responsible for ensuring that PPE is operable and maintained in

Pacific Northwest Contracting Job Aid

Section 12 – Chain Saw Use (Type 2 Crew)

good repair throughout the duration of any assignment. Protective clothing will be maintained in good repair and be cleaned at enough intervals to preclude unsafe working conditions. If the T2C, upon arrival or during the incident does not have the required PPE, the NCC will be considered noncompliant. Contractor is responsible for ensuring that all personnel arrive with the following PPE: (10) CHAIN SAW CHAPS: For each firefighter who operates a chain saw, chain saw chaps must be worn during saw operations. Chain saw protection/chaps shall meet USFS Specification 6170-4F or later, or meet the current requirements of NFPA 1977. Chain saw chaps should be adjusted for a snug fit that will keep them positioned correctly on the legs. Chain saw chaps must be long enough to reach 2 inches below the boot tops. Proper fit and correct chap length maximize protection. Chainsaw chaps shall be maintained in accordance with MTDC Publication, Inspecting and Repairing your Chainsaw Chaps – User Instructions (0567-2816-MTDC) available at https://www.fs.fed.us/t-d/pubs/htmlpubs/htm05672816/page01.htm .

Pacific Northwest Contracting Job Aid

Section 12 – Chain Saw Use (Engines and Tenders)

PNW IBPA, VIPR Water Handling Agreement (Engines and Tenders)

SECTION D - RESOURCE INFORMATION

D.1 - SCOPE OF AGREEMENT

(b) Contractor personnel (engines/tactical water tenders) may be required to work away from their equipment and perform other incident duties.

D.2 - EQUIPMENT

D.2.1.2 -- Equipment Requirement. All equipment shall have:

WILDLAND ENGINES –

(c) Engines shall have chainsaws with a minimum of 18-inch guide bar and a 3.0 cubic inch (49cc) size motor. A chainsaw kit is also required and shall have the following items:

• chainsaw kit or bag

• spare spark plug to fit saw

• 1-pint oil for engine fuel mixture

• Chainsaw protection/chaps meeting USFS Specification 6170-4F or later, or certified to NFPA 1977

• extra chain

• combination bar/spark plug wrench

• chain file

• felling axe

• felling wedge

• ear plugs • DOT approved fuel container meeting the standards in NWCG PMS 442 for

holding chainsaw engine fuel oil mixture and guide bar oil

The chainsaw may be used for mop-up operations, the clearing of access routes and emergency escape routes. The engine crew shall not perform as tree fallers

Pacific Northwest Contracting Job Aid

Section 13 – Transports

TRANSPORTS (aka; lowboy)

This applies to the following VIPR agreements:

• Heavy Equipment (dozer, excavator)

• Miscellaneous Heavy Equipment (feller bucher, mulcher/masticator, road grader, skidder)

• Heavy Equipment with Water (pumpercat, skidgine, softtrack)

VIPR Agreement Language

D.2.2 -- TRANSPORTATION COMMENTS

(a) All vehicles offered and used under this Agreement shall be licensed and legally operable on all roads. All vehicles with a Gross Vehicle Weight Rating (GVWR) of 10,001 pounds and greater shall have: a) annual USDOT certified vehicle inspection or b) current Commercial Vehicle Safety Alliance Inspection. (49 CFR 396.23) Contractors accepting out-of-state assignments shall ensure their offered vehicles are licensed for interstate travel and meet the commercial interstate vehicle requirements described by Federal Motor Carrier Safety Regulation (FMCSA) 390.5.

(b) All vehicles and equipment shall be in sound

mechanical condition with sufficient horsepower and mainframe configurations to ensure successful performance on roads and highways, or in terrain described in this solicitation. All vehicles under this Agreement shall be able to be legally driven on highways under their own power and be able to travel at a minimum of 50 miles an hour.

(c) Operators of any motor vehicle having a GVWR of 26,001 POUNDS AND GREATER shall meet all federal and state Commercial Driver's License (CDL) requirements and other endorsements as required for the state in which operator is licensed. Operators of any motor vehicle having a GVWR of 10,001 pounds and greater shall have a current medical card.

(d) Brakes on all axles. All vehicles 36,000 GVWR or greater shall be installed with an operator-controlled auxiliary braking system in addition to the service brakes (i.e., engine retarder, transmission retarder, driveline

Transports are required to be in compliance with all federal and state DOT requirements and Federal Motor Carrier Safety Regulations (FMCSA) part 390.5.

Equipment and transports must pass a mechanical inspection. Mechanical inspections are performed utilizing the OF-296 Vehicle/Heavy Equipment Pre-Use Inspection Checklist and completed by a mechanic.

Pacific Northwest Contracting Job Aid

Section 13 – Transports

retarder, or exhaust retarder).

(e) Backup Alarm. All equipment offered and under hire in this Agreement shall include an electric or electronic backup alarm that meets the Type D (87 decibels, dBA) requirements of SAE J994.

(f) The Contractor is responsible for transporting the heavy equipment to and from the incident.

(g) Transports shall have current Department of Transportation (DOT) certification and be of sufficient and legal weight rating to transport the equipment. Contractor is responsible for:

(1) Meeting all state and federal requirements, such as weight restrictions and hauling permits;

(2) All special permits; (3) Providing all pilot cars when required by a

permitting agency (4) A valid fleet insurance policy information card

issued by an insurer; (5) A valid insurance declaration page;

(h) Equipment under the direction of incident management personnel may not be unloaded immediately. The Contractor is responsible for all costs associated with the transport until the equipment is unloaded and the transport is released. Once the heavy equipment is delivered and unloaded at the incident the transport is considered released. However, the transport may be retained at the incident for the sole purpose of transporting the equipment that was originally ordered. The transport will be paid, in accordance with D.21.8, the minimum daily guarantee or the mileage rate whichever is greater until the transport is released or until the equipment it transported becomes inoperable. Retained transports must be documented on the shift ticket. If the contractor elects to keep the transport at the incident location after it is released by the government, no payment will be made.

If required, transport operators are required to obtain and comply with all hauling permits and travel restrictions for the vehicle and state(s) they are operating. Note that transports are considered released when the equipment is unloaded UNLESS retained by the incident. Vendors will often complain that if the transport is released, the equipment can't operate because the transport driver is also the service truck driver and helper. THIS IS NOT ACCURATE OR AN ACCEPTABLE REASON FOR RETAINING THE TRANSPORT! VIPR agreements clearly state, "The Contractor is responsible for all equipment, materials, supplies, transportation, lodging, trained/certified personnel, and supervision and management of those personnel, necessary to meet or exceed the Agreement specifications." Retained transports do not need a separate resource order or E# and they may ONLY transport the equipment it delivered to the fire Note: If the equipment becomes unavailable for whatever reason, then no payment will be made for the transport. Be sure to document on the equipment shift ticket the transport was retained.

Pacific Northwest Contracting Job Aid

Section 13 – Transports

IF THE TRANSPORT IS RETAINED BY THE INCIDENT FOR TRANSPORTING OTHER EQUIPMENT, THE COMPANY OWNING THE TRANSPORT MUST HAVE A VALID AGREEMENT, AND MUST BE ORDERED WITH A SEPARATE RESOURCE ORDER NUMBER. THE POINT OF HIRE WILL BE THE INCIDENT. THE RETAINED TRANSPORT USED IN THIS MANNER MUST MEET THE SPECIFICATIONS FOR TRANSPORTS DESCRIBED IN THIS AGREEMENT OR WITHIN CHAPTER 20 OF THE INTERAGENCY INCIDENT BUSINESS MANAGEMENT HANDBOOK

(i) For initial attack/severity, transport is required to remain with the equipment.

(j) The transport may be inspected in accordance with D.17. Transports not passing this inspection will result in rejection of both the transport and heavy piece of equipment being hauled.

This lets Finance know to pay the transport daily rate or mileage rate. It is recommended to put the name of the operator and transport driver both on the shift ticket to keep track of contractor personnel for work/rest and days off. If the equipment becomes inoperable, no further payment accrues for either the equipment or the transport until the equipment becomes operable (see Clause D.21.8.4). Transports must pass a mechanical inspection (OF-296 form). If it fails inspection, then the equipment it transported will not be accepted.