SOLICITATION NOTICE
10 -- This is commerical service for Sagebrush planting. The POC is Jacqueline Edgerton. For question please email me at jacqueline.edgerton@lewis.army.mil. Map will be povided per request via email only
- Notice Date
- 1/15/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-04-T-0009
- Response Due
- 1/23/2004
- Archive Date
- 3/23/2004
- Point of Contact
- JACQUELINE EDGERTON, 253-966-3481
- E-Mail Address
-
Email your questions to ACA, Fort Lewis
(edgertj@lewis.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Quotes are requested; however, a written solicitation will not be issued. Solicitation number DABJ25-03-T-0009 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. The requirement is small business set-aside with a NAICS Code of 115310, SIC Code 0851, and size standard of 5 Mil. The description of the commercial item is as follows: Clin 0001: Provide sage brush planting service s in accordance to the attached specification. Scope of Work for: Upland Shrub Planting, Yakima Training Center BACKGROUND. Support of realistic military training at Yakima Training Center (YTC) is one of the primary missions of the YTC Environmental and Natural Resource Division (ENRD). To accomplish this mission, it is essential to repair and maintain training area facilities. Specifically, upland shrub-steppe habitat restoration has been identified for those areas previously impacted by training related activities that are important for various wildlife species. This restoration action will assist the Army wi th providing solutions to upland native habitat problems associated with sensitive wildlife species, and management of other base resources, including soil erosion and surface water quality. OBJECTIVES. To plant 66,340 sagebrush seedlings within specific upland shrub-steppe habitat restoration sites on YTC. REQUIREMENTS. The Contractor shall provide all labor, materials, and equipment to perform the restoration as described in the attached technical specifications. DELIVERABLE: Plant 66,340 sagebrush shrub seedlings on upland areas of YTC, as identified by the YTC ENRD. ITEMS FURNISHED BY THE GOVERNMENT: The U.S. Government will provide: Maps of the areas to be planted, marking (flagging) of areas to be planted, sagebrush to be planted, dipping containers, vermiculite, Terasorb, and coordination with military elements at YTC. TECHNICAL SPECIFICATIONS FOR Upland Shrub Planting, Yakima Training Center 1. DESCRIPTION OF WORK: Provide all labor, tools, equipment and materials to perform all work in accordance with the specifications identified in this document. 2. AREA DESCRIPTION: Specific upland sites of Yakima Training Center (YTC), located within areas identified on the enclosed map (Figure 1). YTC ENRD will identify (flag) specific sites within these areas. 3. PRINCIPLE ITEMS TO BE ACCOMPLISHED: Plant 66,340 sagebrush seedlings, within specific upland shrub-steppe habitat restoration sites on YTC. The following paragraphs identify specific sub-tasks to fulfill the requirements of this project. 3.1 Upon receipt of notice to proceed, the Contractor shall plant shrubs by hand, using planting shovels to properly place, space, and compact around each shrub as specified. Planting shovels are the only acceptable planting tool for use in planting thes e shrubs. The roots of all shrubs must be dipped in a water, vermiculite, and Terasorb slurry (materials provided by YTC) shortly before planting. Ultimately, the planting shall be accomplished in such manner as to provide 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.). Shrubs shall remain in cold storage until the day they are planted to maintain dormancy, and any extra plants not planted eac h day will be returned to cold storage. Notice to proceed will be based upon sufficient soil moisture and temperatures, and will be determined by YTC ENRD personnel. The 66,340 seedlings will have approximately 8?????? tops and 10?????? roots with 5mm st em calip er at the collar. Reaching some planting sites will require 1.5 ?????? 2 hours of travel each way, over extremely rough roads. High clearance four-wheel drive vehicles are highly recommended. 3.2 Spacing and planting patterns. The Contractor shall plant shrubs in several patterns, as determined directed by YTC ENRD. Spacing of the plants shall be on 6-foot centers, planted in rows of alternating singles and triads, and in some small high-den sity islands with 3-4 foot centers. YTC ENRD 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 provide natural regeneration of larger areas, and specific habitat req uirements within these areas. 4. INTERFACE: Government use of facilities for this project is anticipated while work is being performed. The Contractor shall coordinate with the YTC Operations Center to determine when training events are scheduled in areas affected by this project, a nd plan planting efforts around this training schedule. 5. TECHNICAL ITEMS: 5.1 ENVIRONMENTAL PROTECTION: All operations performed by The Contractor shall be conducted in compliance with all pertinent federal, state, and local laws and regulations. The Contractor shall be responsible for disposal of any and all waste products g enerated while fulfilling this contract. All packing materials shall be disposed of at the YTC garbage transfer station. All other wastes shall be disposed of by the Contractor at an off post location. The contractor shall use existing roads to access p lanting areas, and existing staging areas in the field. Siber Stake areas, which are clearly marked and readily identified, are off limits to vehicle traffic. 5.2 CONTROL AREA: Yakima Training Center, Washington. 5.3 QUALIFICATIONS: Personnel involved with the execution of this contract shall be well experienced and qualified in sagebrush planting and the type of work required. The contractor must have at least 3 seasons of experience planting sagebrush in a dry shrub-steppe environment. 6. TIMING: 6.1 Timing of this shrub-planting project shall be between 1 February and 30 March 2004. Upon issue of notice to proceed, the Contractor shall have 3 days to mobilize and begin planting. The Contractor shall complete planting within 14 calendar days after given the notice to proceed. This narrow window of performance is required to take advantage of optimum soil moisture conditions, and to ensure shrubs retain their integrity. 6.2 It is anticipated that the Contractor will have to plant a minimum of 4,739 shrubs per day to meet the performance standard. The contractor is well advised to consider the appropriate labor requirements to meet the 14-day performance window. 7. Standards and Deliverables 7.1 Standard: Contractor will plant 66,340 sagebrush seedlings within 14 days of being given notice to proceed, following the technical specifications given above. 7.2 Deliverable: Contractor will provide a report of daily planting conditions, and work completed each day, within on week of finishing. Contractor will have planted 66,340 shrubs meeting the specifications of this contract. Shrub Planters 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 lowest price. Award will be made on an all or none basis. If quotes are provided for an equal item, specifications must be submitted. 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 quot er. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotes. Also, please provide Federal Tax Payer ID Number FAR cla use 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. Far clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Service, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41 Service Contract Act, 52.222-42 Statement of Equivalent Rates, 52.400 -4034 Wage Determination. The following Wage Determination is applicable; WAGE DETERMINATION NO: 94-2569 REV (19) AREA: WA,YAKIMA. The following clause within DFARS clause applicable to this acquisition: DFARS clause 252.204-7004, Required Central Contrac tor Registration is applicable to this acquisition. The complete text of the Federal/Defense Acquisition Circulars are available at the following internet sites: DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center ( DTIC), http://farsite.hill.af.mil. Quotes are due on January 22, 2004 at 4:00 PM Pacific Standard Time. Quotes may be faxed to the Directorate of Contracting, Attn: Jacqueline Edgerton at 253-967-3844, along with the completed Representations and Certif ications, or e-mailed to: jacqueline.edgerton@ lewis.army.mil
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN00504621-W 20040117/040115212018 (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 |