Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2006 FBO #1537
SOLICITATION NOTICE

F -- Aquatic Weed Control

Notice Date
2/8/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700106Q0049
 
Response Due
2/15/2006
 
Archive Date
3/17/2006
 
Description
This is a combined synopsis/solicitation for the procurement of Annual Maintenance Services for the following: Control invasive aquatic weeds and improve fisheries productivity for recreational fishing opportunity within the following freshwater ponds: Pond Name Acres Henderson 13.2 Hickory 2.4 Orde 3.1 Mile-Hammock 0.8 Cedar Point 1.6 Ward 1.0 MCAS, New River 1.5 Old Landfill Pond 17.7 SCOPE OF WORK Line Item 1. Aquatic Plant/Weed Control a. Control floating, emergent and sub-emergent aquatic weeds, and shoreline plants in 8 fresh water ponds managed for recreational fishing. Target ponds are: Henderson Pond, Hickory Pond, Orde Pond, New River Pond, Ward Pond, Cedar Point, Mile Hammock Bay, and Old Landfill Pond. Target submersed species include, but are not limited to the pondweed, waterlilly, bladderwort and watermilfoil families. Emerged target species include, but are not limited to the cattail, sedge, spadderdock, and amaranth families and alligator weed. Floating target species include, but are not limited to, the arum and salvania families and filamentous algae. b. Effective control of emergent aquatic weeds will be met when the visible population of target species on each pond treated has been eliminated and no new vegetative growth is observed during the current growing season. c. Effective control of submergent vegetation will be met when the visible population of target species has been eliminated and no new growth is observed during the current growing season. d. Effective control of floating vegetation will be met when the visible population of the target, primarily filamentous algae, has been eliminated, and no new blooms or growth is observed during the current growing season. Methods of control for filamentous algae must be flexible to environmental conditions which prompt new growth. e. The contractor must be certified to apply aquatic herbicides in the State of North Carolina. The contractor is authorized to use only herbicides approved by the Environmental Protection Agency and the U.S. Food and Drug Administration. Application rates must be adhered to by the contractor through compliance with the Hazardous Material Data Safety Sheet produced by the manufacturer for each type of herbicide used. f. No one single herbicide will effectively control the range of aquatic weed species which may be encountered, therefore, the contractor should be prepared to utilize a broad spectrum of herbicides. This notice will result in the award of one base year contract and four 1-year Option Periods. Pricing proposed for Option years may be adjusted accordingly due to inflation, market fluctuations, etc. Duration of entire contract, to include all options, shall not exceed 5 years. Evaluations of Options will be IAW FAR 52.217-5. Options will be exercised IAW FAR 52.217-9All interested parties should be fully capable of traveling back and forth from Camp Lejeune in accordance with this requirement The solicitation number is M67001-06-Q-0049. This procurement is conducted in accordance with FAR Part 13 - Simplified Acquisition Procedures and FAR Part 12, Acquisition of Commercial Items. This announcement constitutes the only issued solicitation. Quotations are being requested The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07 and Defense Acquisition Circular 91-13. This solicitation is restricted as a small business set-aside. NAICS code 562910. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be considered the best value to the Government. A quotation for this request shall be submitted via regular mail to the Camp Lejeune Contracting Dept., Attn: Myriah Denk, P.O. Box 8368, Jacksonville, NC 28547, e-mailed to myriah.denk@usmc.mil, faxed to 910-451-2193, or hand carried to the Camp Lejeune Contracting Dept., Bldg 1116, Camp Lejeune, NC 28547. The quotation selected for award shall be incorporated into the resulting contract award document. The following FAR Clauses/Provisions apply: 52-212-1, Instructions to Offerors Commercial Items. 52.212-3, Offeror Representations and Certifications - Commercial Items, (Copies of 52.212-3 are available upon request from the Contracting Office or on the Internet at www.arnet.gov/far), 52.212-4 Contract Terms and Conditions - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and 52.222-41. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Quoters responding to this announcement must provide the information contained in 52.21 2-3, Offeror Representations and Certifications - Commercial Items with their offer. The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be considered for award (NO EXCEPTIONS). Register at www.CCR.gov. Offerors are required to be registered in Wide Area Work Flow DFARS 252.232-7003. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/ amendments and be considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 15 Feb 2006, at 04:00 PM EST . All responsible sources in compliance with the above may submit a quote that will be considered.
 
Web Link
NECO
(http://www.neco.navy.mil)
 
Record
SN00983495-W 20060210/060208212818 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.