SOLICITATION NOTICE
99 -- This is a commercial items for Sagebrush Growing. POC is Jacqueline Edgerton at jacqueline.edgerton@lewis.army.mil
- Notice Date
- 1/16/2004
- 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-0010
- Response Due
- 1/26/2004
- Archive Date
- 3/26/2004
- 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
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial items, 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-0010 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through F ederal Acquisition Circular 2001-03. The requirement is small business set-aside with a NAICS Code of 113210, SIC Code 0831, and size standard of 6 Mil. The description of the commercial item is as follows: Clin 0001: Provide sage brush growing of 50,000 sagebrush seedlings in accordance to the attached specification for Yakima Training Center, Yakima WA 98901 Scope of Work for Sowing, Growing, and Delivering Sagebrush Shrub Seedlings for the Yakima Training Center 1. BACKGROUND. Effective management of natural resources at Yakima Training Center (YTC) is necessary to support military training activities, to ensure native plant communities are maintained in a healthy functioning condition, and to meet legal and regu latory requirements. These requirements are set forth in the Record of Decision-Yakima Firing Center Land Acquisition Final Environmental Impact Statement (July 1991), Stationing of Mechanized or Armored Combat Forces at Fort Lewis, Washington Environmen tal Impact Statement-Record of Decision (March 1994), Army Regulation 200-3, and Yakima Training Center Sage Grouse Management Plan (1998). The focus of this effort is to provide sagebrush seedlings to YTC for use in restoration. 2. OBJECTIVE. The objective of this project is for the contractor to provide the service of sowing, growing, and delivering 50,000 Wyoming big sagebrush (Artemisia tridentata wyomingensis) seedlings to YTC. This will include seed cleaning, storage, germi nation testing, sowing, and shrub growing, extraction, packaging, handling, and storage near the installation. 3. REQUIREMENTS. The contractor will provide all expertise, facilities, equipment, and labor to perform the shrub growing services identified in this SOW. YTC staff will need to be given the opportunity to inspect nursery facilities prior to award of the contract. The contractor will adhere to the following requirements. 3.1 Task 1. Seed Handling. The contractor will provide all expertise, facilities, equipment and labor to clean, germination test, and store seed provided by YTC. Tasks: ???? Provide seed cleaning and storage, services and facilities, for seed used as part of this project. The seed must be stored in a controlled atmosphere within acceptable ranges published in the horticultural literature for Artemisia tridentata wyominge nsis phenology. ???? Perform seed viability and germination tests, and provide YTC staff with a report of test results prior to sowing. ???? Based on Artemisia tridentata wyomingensis phenology, seed should be stratified to ensure proper germination. Standard: Contractor will clean, germination test, and store seed provided by YTC. Deliverable: ???? Contractor will submit a report of seed viability and germination test results to YTC staff prior to sowing seed. ???? Contractor will store seed in a controlled atmosphere within acceptable ranges published in the horticultural literature for Artemisia tridentata wyomingensis phenology. 3.2 Task 2. Delivery of Shrubs. The contractor will provide all expertise, facilities, equipment, and labor to grow and deliver 50,000 Artemisia tridentata wyomingensis seedlings in accordance with accepted horticultural practices. Tasks: ???? Sow provided seed at the appropriate time of year to ensure proper germination, based on Artemisia tridentata wyomingensis phenology. ???? Grow seedlings within the designated areas for bare root stock (a.) or plug sto ck (b.) to ensure lifting prior to 1 February. a. Shrubs grown outdoors for bare root stock must be grown in the Columbia Basin. Or: b. Shrubs grown in greenhouses for plug stock must be grown in Washington, Oregon, Idaho, or Montana. ???? Provide nursery access to YTC ENRD personnel for inspection of seedlings. ???? Provide seedling inventory to YTC ENRD by 15 September. ???? Coordinate with YTC ENRD 60 days prior to seedling lift. ???? Lift and store seedlings such that they are available to YTC by 1 February. Seedlings will be stored in conditions that account for Artemisia tridentata wyomingensis phenology. ???? Provide at least 5-month-old Artemisia tridentata wyomingensis seedlings meeting the grading standards for bare root stock (a.) or plug stock (b.) below. a. 1-0 Sagebrush shrubs, bare root stock 1. 4 mm minimum stem caliper 2. 15 cm minimum height from root collar 3. 40 cm maximum height from root collar 4. 15 cm minimum root length Or: b. Sagebrush shrub plug stock 1. 4 cubic inch plugs already removed from tubes 2. 2mm minimum stem caliper 3. 15 cm minimum height from root collar 4. 40 cm maximum height from root collar 5. 15 cm minimum root length ???? Seedlings will be stored in a cold storage facility, within 10 miles of Ellensburg or Yakima, Washington, by 1 February. ???? Maintain seedlings in the cold storage facility in a thawed, dormant, healthy condition until no later than 31 March. Access to the cold storage facilities must be available from 4:30 a.m. to 6:00 p.m. daily, for the purpose of removal of stock for p lanting, during the 8-week planting window. Standard: Contractor will deliver 50,000 Artemisia tridentata wyomingensis seedlings meeting the requirements listed above. Deliverable: ???? Contractor will provide seedling inventory by 15 September. ???? Contractor will provide 50,000 Artemisia tridentata wyomingensis seedlings meeting the specifications above. 4. GOVERNMENT FURNISHED MATERIALS AND SERVICES. The U.S. Army, ENRD, PW will provide the following. 1. Provide seed necessary to fill the growing request. Seed will be delivered to the contractor in order that cleaning and sowing can commence at the appropriate time, in accordance with Artemisia tridentata wyomingensis phenology. 2. Remove all seedlings, provided under the contract, from the cold storage facility by March 31. 5. PERIOD OF PERFORMANCE. The contractor will complete all requirements listed above between the time of contract award and March 31, 2005. 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 Offertory-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which the term offer or (whenever it appears) shall be replaced with the term quoter. Quoter 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 ID Number FAR clause 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 Items, 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. The following clause within DFARS is applicable to this acquisition: 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 fol lowing 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 26, 2004 at 4:00 PM Pacific Standard . 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 Certifications, 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
- SN00505431-W 20040118/040116212149 (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 |