SOLICITATION NOTICE
F -- PLANT SAGEBRUSH SEEDLINGS AT YAKIMA TRAINING CENTER, YAKIMA, WASHINGTON
- Notice Date
- 2/6/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Directorate of Contracting, Fort Lewis, MS 19, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- DAKF57-02-T-0008
- Response Due
- 2/13/2002
- Archive Date
- 3/15/2002
- Point of Contact
- Pamela Engelhaupt, 253-966-3474
- E-Mail Address
-
Email your questions to Directorate of Contracting, Fort Lewis
(engelhap@lewis.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation for a commercial service, prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quot es are requested; however, a written solicitation will not be issued. Solicitation number DAKF57-02-T-0008 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Feder al Acquisition Circular 2001-03. The requirement is 100 percent set-aside for small business with a NAICS Code of 115112, SIC Code 0721, and size standard of $5 million. The description of the service in Clin 0001 is: Contractor shall provide all labor, tools, equipment and materials to plant sagebrush seedlings at the Yakima Training Center, Yakima, Washington in accordance with the description of work contained in this notice. Site visits may be requested by contacting Brian Cochrane at (509) 577-3549. Any award resulting from this request for quotations will be made to a responsive, responsible quoter using a SF1449 form. Quotes will be evaluated on a best value basis. Evaluation factors include past performance and price, with past performance bein g more important than price. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which the term offeror (whenever it appears) shall be replaced with the term quoter. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquis ition and does not include any addenda. Far clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41, 52.222-42. DFARS clause 252.204-7004, Required Central Contractor Registration, and FAR clauses 52.219-6, Notice of Total Small Business Set-Aside and 52.237-2, Pro tection of Government Buildings, Equipment and Vegetation, are applicable to this acquisition. Wage Determination 94-2569 Revision 15 for Yakima County, Washington is applicable to this acquisition. The complete text of the Federal/Defense Acquisition Ci rculars are available at the following internet sites: DOD Electronic Commerce, http://www.acq.osd.mil and Defense Technical Information Center (DTIC), http://www.dtic.dla.mil. Quotes are due on February 13, 2002 at 11:00AM Pacific Daylight Time. Quotes may be faxed to the Directorate of Contracting, Attn: Pam Engelhaupt at (253) 967-3844, along with the completed representations and certifications and three references with contact names, addresses and telephone numbers, indicating vendor?s most recent past performance performing the same type of service. Description of Work. The contractor shall plant 112,617 sagebrush seedlings within specific upland shrub-steppe habitat restoration sites at the Yakima Training Center (YTC), Yakima, Washington. A map will be provided upon request. The contractor shall p lant the shrubs by hand using any of several means available (i.e., hoe-dads, shovels, planting bars, etc.) to properly place, space, and compact soil around each shrub as specified. Notice to proceed with the work shall be based upon sufficient soil mois ture, and will be determined by YTC personnel. The planting shall be accomplished in such manner as to provide the shrubs the best opportunity for survival (i.e., full soil to root contact, proper planting hole depth and placement to prevent J-ing of roots , etc.). The seedlings will be rather large and in variable sizes. Shrubs will have root lengths of 8- 12 inches, tops of 10 inches or more, and stem calipers of ? - ? in. Shrubs will be provided in boxes containing from 186-400 plants per box depending on size. Shrubs shall remain in cold storage until the day they are planted to maintain dormancy. Any plants left over each day will be returned to cold storage. The contractor shall plant the shrubs in several patterns as determined and directed by YTC personnel. Spacing of the plants shall be on 6-foot centers and planted in rows, islands, patches, tria ds or crescents. YTC personnel will identify specific sites and planting patterns to be used. The goal of this effort is to re-establish a mosaic of shrub colonies that can provide natural regeneration of larger areas, and to provide specific habitat requ irements within these areas. Government use of facilities is anticipated while the work is being performed. The work shall be planned and accomplished, so that there will be a minimum of interference and inconvenience to occupants and agencies in the vi cinity, and to other individuals who may be working at these facilities. The contractor shall coordinate with YTC Operations Center to determine when training events are scheduled in areas affected by this project and plan planting efforts around this tra ining schedule. All operations performed by the contractor shall be conducted in compliance with all required Federal, State, and local laws and regulations. The contractor shall be responsible for disposal of all waste products generated during the perf ormance of this contract. All packing materials shall be disposed of at the YTC garbage transfer station. All other waste materials shall be disposed of by the contractor at an off-post location. The contractor shall utilize existing roads and trails to access planting areas, and shall utilize existing staging areas in the fields. Siber Stake areas are off limits to vehicle traffic. These sites are clearly marked and are readily identifiable. The timing of this shrub planting project shall tentatively be between 15 February and 30 March 2002. Upon issue of notice to proceed, the contractor shall have three days to mobilize and begin planting the shrubs. The contractor shall complete planting within 14 calendar days after given the notice to proceed. T his narrow window of performance is required to take advantage of optimum soil moisture opportunities and to ensure that shrubs retain their integrity. It is anticipated that the contractor will have to plant 8,044 shrubs per day to meet the proposed perf ormance standard. The contractor must consider the appropriate labor requirements to meet the 14-day performance window. Contractor personnel shall be experienced and qualified in this type of work. The Government will provide maps of the areas to be pl anted, marking/flagging of areas to be planted, sagebrush seedlings to be planted, and coordination with military elements at the YTC.
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: Yakima Training Center Building 810 MS-75 Yakima WA
- Zip Code: 98901
- Country: US
- Zip Code: 98901
- Record
- SN00023484-W 20020208/020206213333 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |