SOLICITATION NOTICE
99 -- This is the description for the following commercial item requirement for application of herbicide by a commercial applicator at Chena Flood Control Project, North Pole, Alaska.
- Notice Date
- 6/14/2006
- Notice Type
- Solicitation Notice
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-06-T-0026
- Response Due
- 6/22/2006
- Archive Date
- 8/21/2006
- Small Business Set-Aside
- N/A
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. 1. Solicitation W911KB-06-T-0026 is issued as a Request for Quotation (RFQ). 2. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08 and DFARS Change Notice 20060412. 3. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE in accordance with FAR 19.502. The NAICS code is 561730, Size standards in millions of dollars: $6.0 4. CLIN 0001 Base year Herbicide Application Contract Chena. CLIN 0002 - Option 1 will be included to extend the performance period for an additional year CLIN 0003 - Option 2 will extend for another year CLIN 0004 Option 3 will extend for another year CLIN 0005 Option 4 will extend for another year 6. This is the description for the following commercial item requirement for application of herbicide by a commercial applicator who is certified by the State of Alaska, or under the direct supervision of a State certified commercial pesticide applicator at Chena Flood Control Project, North Pole, Alaska : 1) General Criteria Authorization: This work is being performed under the Civil Works O&M program for Chena Flood Control Project. 2) Goals: The goals of the project are: a. General: The Contractor shall furnish all labor, equipment, supplies, transportation, fuels and other items necessary to apply herbicide to a mixture of vegetation on various features of the Chena River Lakes Flood Control Project. The U.S. Army Corps of Engineers, hereafter referred to as the Corps will furnish all herbicide, surfactant and dye. Herbicide application is critical for ensuring the structural integrity of the dam, levee and associated engineered features of the Project. This contract w ill be effective for one base year and up to four option years. b. Location: The Chena River Lakes Flood Control Project is located approximately 18 miles east of Fairbanks, Alaska, near the community of North Pole. The treatment areas are described below, and consist of the Moose Creek Dam, associated access ramps, road shoulders, stability berms, first mile of Fairbanks North Star Borough levee, Project Office perimeter fence, Chena River rip-rap and other associated features. Site conditions will undoubtedly change from year to year and will therefore require modi fications to the size and location of areas to be treated, as well as the total area, under this multi-year contract. The estimated maximum total area that could be treated in one year under this contract is 169 acres. The area treated from year to year w ill vary. c. Contract Duration: This contract shall be for one base year and four option years. The renewal of this contract for one or more option years shall be at the discretion of the Government, based upon performance, availability of funds and condition of t he treatment areas. Contract renewal shall be binding on the Contractor only if a decision is made by the Government to exercise the option(s). Bidders are advised that options will be exercised at the unit price as bid for the particular option year. E xtension of the contract by exercising an option will be made by the Government by written notice to the Contractor as stated in FAR Clauses 52.217-8 and 52.217-9 each year. If the Government chooses to exercise its option to extend this contract, the no tice of intent to the Contractor does not necessarily commit the Government to an extension d. Access: The Corps will supply the contractor all necessary keys to access the treatment areas. The Contractor will be permitted to park a travel-trailer and support equipment in the P roject Office compound for the duration of the job if desired. All equipment must be removed from Project lands within two weeks after the completion of the job. The Contractor may be required to move any and all equipment out of the treatment area in th e event of any water impoundment. e. Pre-Work Conference: A pre-work meeting will be held between the Chena Project Manager and the Contractor prior to commencement of the work to; inspect the areas to be treated; discuss treatment method, times and dates of applications; designate a herb icide mixing site; inspect herbicide application equipment and secondary spill containment systems, and discuss other relevant safety considerations and requirements. f. Description Of Work: Herbicides shall be applied by a commercial applicator who is certified by the State of Alaska, or under the direct supervision of a State certified commercial pesticide applicator. All applicators are to be properly protected, tr ained, instructed, and supervised to ensure that required application procedures are observed. The Contractor will be required to submit proof that his supervisory personnel to be employed under the Contract are State certified pesticide applicators. The Contractor shall observe and follow EPA and State of Alaska regulations and product label instructions for handling, storage and disposal of herbicides, additives, and their containers. Herbicides and additives shall be mixed and applied in accordance with the label directions and the provisions of the Contract. A designated mixing site and a secondary spill containment system will be pre-approved by the Chena Project Manager during the pre-work conference. No deviations from label directions will be allowed under any circumstances. An agriculturally approved dye (ie. Turf Mark, Blazon Blue) shall be added to all herbicide solutions to identify treated areas. The Contractor will treat only those areas, which require vegetation control. The maximum use of spot application will be used during all treatments of target sites. No broadcast, band or aerial type spraying will be allowed. No vehicles will be al lowed to operate on the dam face. Spot application methods may include backpack sprayers, or other sprayer methods, which are capable of concentrating spray on individual plants. Boom type sprayers will not be used. All application equipment will be cal ibrated to apply correct amounts of herbicide based on label requirements. g. Insurance Requirements: Contractor has evidence of being insured in accordance with FAR Clause 52.228-5 Insurance-Work on a Government Installation h. Job Completion: All herbicide applications must be completed between 10 June and 30 July unless weather conditions, flood control operations, or government directives delay applications. The Project Manager will make a determination on any extensions needed to complete the contract. A minimum of 3 days notice shall be given to the Project Manager prior to the start of work. Each treatment area will be treated independently of the others and must be completed prior to starting the next area. The Proj ect Manager, or his representative, will inspect each area as it is completed. The Contractor is required to contact the Project Manager or his representative daily before start of work to receive guidance on continuing or halting work temporarily due to anticipated weather conditions, or visitor activities or events. i. Hours Of Work: The Contractor will work between the hours of 7:30 a.m. and 6:00 p.m., Monday through Friday. The Contractor shall not be permitted to work during prime recreational periods, which include Friday after 6:00 p.m. through Sunday, and holi days. j. Plans and Reports: The following describes those plans and reports that the Contractor is required to provide to the Project Manager: (1). Contractor Safety Plan: This plan will be submitted to the Project Manager during the pre-work meeting. The plan will address pesticide storage, loading, transport, mixing, treatment methods, personal protective equipment and use. The Safety Plan will also address procedures in the event of spillage in terms of both personal and environmental pro tection, and handling of excess pesticides. (1). Daily Pesticide Application Record Sheets: Shall be completed in their entirety by the Contractor and submitted daily to the Project Manager. The Corps Project Office will provide forms. This record sheet will include a description of the treatmen t area, date and time of application, pesticides used (including formulation, amount, and application rate), amount of area treated, temperature, cloud cover, wind direction and speed, soil condition, and names of applicator and supervisor. k. Description of Treatment Areas: Size and locations of herbicide treatment areas will vary from year to year depending on site conditions, weed density, flooding, and weather conditions. Specific treatment area information such as plant identification, general weed and brush densities and terrain conditions are available to the Contractor at the Chena Flood Control Project Office. Treatment Area 1: Upstream Dam Face Herbaceous weeds and brush growing in Area 1 will be foliar treated with a spot treatment of a 1.25 percent solution of Rodeo herbicide and nonionic surfactant combined mix. (Example: 1 ? gallons of Rodeo shall be mixed with 98 ? gallons of water). ? o unce of dye and 2/3 ounce of surfactant will be added to each gallon of mix. Area 1 includes the entire upstream side face of the dam from the spillway at the confluence of the Moose Creek Dam and the Tanana River to the bluff on the far north end of the dam, a distance of 8.0 miles covering an area of approximately 62.5 acres. A ll side slopes of vehicle access ramps crossing or adjoining Moose Creek Dam will be treated as part of this treatment area. Treatment Area 2: Downstream Dam Face Herbaceous weeds and brush growing in Area 2 will be foliar treated with a spot treatment of a 1.25 percent solution of Rodeo herbicide and nonionic surfactant combined mix. (Example: 1 ? gallons of Rodeo shall be mixed with 98 ? gallons of water). ? o unce of dye and 2/3 ounce of surfactant will be added to each gallon of mix. Area 2 includes the downstream side face of the dam from the spillway at the confluence of the Moose Creek Dam and the Tanana River to the bluff on the far north end of the dam, a distance of 8.0 miles covering an area of approximately 31.8 acres. All si de slopes of vehicle access ramps crossing or adjoining Moose Creek Dam will be treated as part of this treatment area. Treatment Area 3: Toe of Dam and Road Shoulders including Low-point drain Herbaceous weeds and brush growing in Area 3 will be foliar treated with a spot treatment of a 1.25 percent solution of Rodeo herbicide and nonionic surfactant combined mix. (Example: 1 ? gallons of Rodeo shall be mixed with 98 ? gallons of water). ? o unce of dye and 2/3 ounce of surfactant will be added to each gallon of mix. Area 3 includes the toe of the dam and both road shoulders on the downstream side of the dam from the Park & Ride parking lot at the entrance to the Project to the bluff on the far north end of the dam, a distance of 6.2 miles covering an area of approx imately 44.8 acres. All side slopes of vehicle access ramps crossing or adjoining Moose Creek Dam will be treated as part of this treatment area. Weeds growing around all sign posts, jersey barriers, gates, culvert ends, guardrails, and the low-point drai n structure will be treated. Treatment Area 4: South Stability Berm Herbaceous weeds and brush growing in Area 4 will be foliar treated with a spot treatment of a 1.25 percent solution of Rodeo herbicide and nonionic surfactant combined mix. (Example: 1 ? gallons of Rodeo shall be mixed with 98 ? gallons of water). ? o unce of dye and 2/3 ounce of s urfactant will be added to each gallon of mix. Area 4 includes the area from the toe of the dam approximately 88 feet to the far side of the stability berm road shoulder. This area runs from the juncture of the Moose Creek Dam and the Fairbanks North Star Borough Levee to the Alyeska Ramp, a distance of 1.25 miles covering an area of approximately 12.2 acres. All side slopes of vehicle access ramps crossing or adjoining Moose Creek Dam will be treated as part of this treatment area. Treatment Area 5: First Mile of the Fairbanks North Star Borough Levee; Groin Road Extension Levee from the swing gate to coffer dams (both sides and top) accessed from Groin Road Herbaceous weeds and brush growing in Area 5 will be foliar treated with a spot treatment of a 1.25 percent solution of Rodeo herbicide and nonionic surfactant combined mix. (Example: 1 ? gallons of Rodeo shall be mixed with 98 ? gallons of water). ? o unce of dye and 2/3 ounce of surfactant will be added to each gallon of mix. Area 5 includes the top and side slopes of the FNSB Levee (68 feet total width) from the juncture of the Moose Creek Dam to the Corps Boundary, a distance of 1.0 mile covering an area of approximately 8.2 acres. All side slopes of vehicle access ramps cr ossing or adjoining Moose Creek Dam or the FNSB Levee will be treated as part of this treatment area Area 5 also includes the top and both side slopes of the Groin Road Extension Levee from the gate to the cofferdam a distance of approximately 900 feet. This area supports a dense cover of herbaceous and woody plants. Treatment Area 6: Perimeter Fence-Project Office Compound Herbaceous weeds and brush growing in Area 6 will be foliar treated with a spot treatment of a 1.25 percent solution of Rodeo herbicide and nonionic surfactant combined mix. (Example: 1 ? gallons of Rodeo shall be mixed with 98 ? gallons of water). ? o unce of dye and 2/3 ounce of surfactant will be added to each gallon of mix. Area 6 includes approximately 4226 linear feet of perimeter chain link fence, which encircles the Project Office Compound. The interior fence will not be treated. Herbaceous weeds and brush will be treated in an area extending out 1 foot on both sides fro m the base of the perimeter fence approximating 2 acres. The Contractor will consult with the Corps representative before treatment of this area to be aware of no-treatment zones. Treatment Area 7: Relief Wells and Peziometers Herbaceous weeds and brush growing around 120 individual relief wells and 15 peziometer wells will be treated with a Velpar L herbicide mix (25% solution of hexazinone) as a broadcast soil treatment. 1 gallon of Velpar L will be mixed with 5 gallons of wat er for a 6-gallon mix. 2 ounces of dye will be added to each gallon of mix for a total of 12 ounces for a 6-gallon mix. Relief well and peziometer well sites will be treated with Velpar L in a 360-degree coverage immediately adjacent to the well and out to a distance of 6 feet from each well casing. All relief wells and peziometer wells are located on the West Side of the m ain project road, approximately 5 to 50 off the road shoulder. Total surface area coverage requiring Velpar L is estimated at .4 acres. Treatment Area 8: Chena River Rip-Rap Herbaceous weeds and brush growing in Area 8 will be foliar treated with a spot treatment of a 1.25 percent solution of Rodeo herbicide and nonionic surfactant combined mix. (Example: 1 ? gallons of Rodeo shall be mixed with 98 ? gallons of water). ? ou nce of dye and 2/3 ounce of surfactant will be added to each gallon of mix. Treatment Area 8 includes the rip-rapped side slopes of the Chena River, which includes a total of 11,000 linear feet (12 acres) of river bank running upstream and downstream of the outlet works control structure. Only the riprapped areas on both the Nort h and South side of the Chena River will be treated. Treatment Area 9: Project Office Access Roa d; Lake Park Road Guardrails; Park and Ride Lot; Floodway Parking Lot; Kiosk-entrance guard rails and bollards, gravel parking lot, river guard rail and barrier rocks, fish way fence; Piledriver and Bathing Beauty Pond barrier rocks; Low point drain struc ture Herbaceous weeds and brush growing in Area 9 will be foliar treated with a spot treatment of a 1.25 percent solution of Rodeo herbicide and nonionic surfactant combined mix. (Example: 1 ? gallons of Rodeo shall be mixed with 98 ? gallons of water). ? o unce of dye and 2/3 ounce of surfactant will be added to each gallon of mix. Treatment Area 9 includes over 1000 linear feet of guardrail. Herbaceous weeds and brush will be treated in the area extending out 2 feet on both sides of the base of the guard rail posts or individual bollards. All barrier rocks will be treated around th e perimeter of each rock extending out 2 feet. The fish way fencing will be treated on the outside of the fence a distance of 1 foot from the base. The Low point Drain Structure will be treated around all concrete walls and fencing on both the downstream a nd upstream side of Moose Creek Dam a distance of 2 feet from the base of the structure walls and fencing. The estimated area to be treated is less than 1 acre. Treatment Area 10: Herbaceous weeds and brush growing in Area 10 will be foliar treated with a spot treatment of a 1.25 percent solution of Rodeo herbicide and nonionic surfactant combined mix. (Example: 1 ? gallons of Rodeo shall be mixed with 98 ? gallons of water). ? o unce of dye and 2/3 ounce of surfactant will be added to each gallon of mix. Treatment Area 10 includes the top and both side slopes of the spillway extension berm, (35 feet total width) from the juncture of the groin road to the sheet pile sill, a distance of 800 feet covering an area of approximately .64 acres. l. Site Visit Contractors/Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves as to all general and local conditions that may affect the cost or performance of the contract, to the extent such information is re asonably obtainable. In no event will a failure to inspect the site constitute grounds for a claim after award of contract. Prior to site visit, call the Chena Project Office, at 477-2748. m. Administrative Government Agency: The Government agency responsible for administering this contract is the Chena Project Office. Correspondence should be addressed to: Chena Project Manager: Mr. John Schaake Chena Project Office 3800 Laurance Road North Pole, AK 99705 P: 907-488-2748 Email: john.c.schaake@usace.army.mil 8. The following provision applies to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (Jan 2006). Quotes will be evaluated on price related factors only. 9. The following provision applies to this acquisition: FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) 10. The following provision applies to this acquisition: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2005), and the offeror must include a completed copy of this provision with their proposal. 11. The following clause applies to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005) 12. The following clause applies to this acquisition: FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2006) applies to this acquisition with only the following FAR clauses in paragraph (b) are applicable: Specifically, the following clauses cited are applicable to this solicitation: 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) 52.222-3, Convict Labor (JUN 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002). 52.222-35, Equal Opportunity for Specia l Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.222-41, Service Contract of 1965, as Amended (Jul 2006) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA)(May 1989) 13. Submit written offers, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). In addition, the following clauses cited are applicable to this solicitation: 52.217-5, Evaluation of Options (Jul 1990) 52.233-4, Applicable Law for Breach of Contract Claim 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work (Apr 1984) 52,253-1, Computer Generated Forms (Jan 1991) 52.217-8, Option to Extend services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.228-5, InsuranceWork on Government Installation (Jan 1997) 52.252.2, Clauses Incorporated by Reference (Feb 1998) The following provisions and clauses also apply: The clause at DFARS 252.204-7004 Required Central Contractor Registration ALTERNATE A (NOV 2003) DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Mar 2006) applies to this acquisition with only the following DFARS clauses in paragraph (b) are ap plicable: a. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005). b. 252.232-7003, Electronic Submission of Payment Requests (JAN 2004) c. 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) In addition the following clauses also apply: a. 252.204-7000, Disclosure of Information (Dec 1991) b. 252.204-7004, Alt A Central Contractor Registration (52.2074-7) Alt A (Nov 2003) c. 252.232-7010, Levies on Contract Payments (Sep 2005) This clause as well as other FAR clauses and provisions can be viewed at the following websites: http://deskbook.dau.mil/htmlfiles/DBY_far.asp http://www.arnet.gov/far/ http://farsite.hill.af.mil/ 12. Submit written offers, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement. The Government reserves the right to make award on the initial quote received without discussions. 14. Quotes must be signed, dated, and submitted on company letterhead. Quotes are due NO LATER THAN 22 June 2006, (2:00 p.m., Alaska Time). 15. Send quotations to: Quotations may be emailed to: christine.a.dale@usace.army.mil or submitted via fax at 907-753-2544. Contact Christine Dale, at 907-753-5618 for additional information regarding this solicitation.
- Place of Performance
- Address: US Army Corp of Engineers, Alaska Chena Project Office, 3800 Laurance Road North Pole AK
- Zip Code: 99705
- Country: US
- Zip Code: 99705
- Record
- SN01069639-W 20060616/060614221917 (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 |