SOLICITATION NOTICE
F -- Sagebrush Planting
- Notice Date
- 10/25/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Avenue Portland OR 97232
- ZIP Code
- 97232
- Solicitation Number
- 101818Q054
- Response Due
- 10/30/2007
- Archive Date
- 10/24/2008
- Point of Contact
- Karl Lautzenheiser Contracting Officer 5032312052 Karl_Lautzenheiser@fws.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation from the U.S. Fish and Wildlife Service to plant approximately 190,000 native shrubs (e.g., sagebrush) seedlings within specific upland shrub-steppe habitat restoration sites of the Mid-Columbia River National Wildlife Refuge Complex in Benton County, Washington. It is anticipated that the Contractor will have to plant approximately 9,500 shrubs per day in order to meet the timeline proposed. Contractor would be well advised to consider the appropriate labor requirements to meet the 20-day performance window. Timing of this shrub planting project shall be between November 26, 2007 and January 31, 2008. Additionally, daylight hours during November and December are limited (sunrise at approximately 07:30 am and sunset at approximately 16:15). Project is 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is 101818Q054 and is issued as a Request for Quotes (RFQ). RFQ 101818Q054 may be viewed thru a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at "http://www.fedbizopps.gov" or "http://www.nbc.gov". For assistance in downloading information from the National Business Center contact the helpdesk at (703) 390-6633. No further notice will be posted on Fedbizopps. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-20. This is a Set Aside for Small Business. The NAICS is 115310. The small business size standard is 6.5 million. This will be a "best value" procurement with award based on past performance with similar work over the last three years, written work plan indicating precisely how work will be accomplish; and price. Past performance and work plan when combined, are significantly more important than price. The statement of work for these services is as follows: BACKGROUND. One of the primary missions of the U.S. Fish and Wildlife Service (USFWS) as managers of the Mid-Columbia River National Wildlife Refuge Complex (MCRNWRC) is to protect, manage and restore the native habitats and biodiversity of the Columbia Basin shrub-steppe ecosystem. To accomplish this mission, it is essential to attempt to replace an over story of native shrubs in areas where shrubs have been eliminated. Sagebrush, Rabbitbrush, Bitterbrush and other native shrubs are a critical part of habitat for various wildlife species that use the Hanford Reach National Monument. Upland shrub-steppe habitat restoration has been identified for areas previously impacted by repeated wildland fires and fire suppression activities. Specifically, impacts to shrub-steppe habitat and shrub plantings related to the suppression of the "Wautoma" fire of August 2007, will be addressed through this scope of work. Fire management plans provide for the planting of native shrubs (e.g. sagebrush) to replace those lost during fire suppression operations. T In addition, re-vegetation activities comply with directives established in USFWS - BAER policy for the protection of ecosystem health, threatened and endangered species, and Native American cultural values. OBJECTIVES. To plant approximately 190,000 native shrub (e.g. sagebrush) seedlings within specific upland shrub-steppe habitat restoration sites on the MCRNWRC, Hanford Reach National Monument. REQUIREMENTS. The Contractor shall provide all labor and equipment to perform the restoration planting as described below. PRODUCT: Provide planting of 190,000 native shrubs on upland areas of the Monument, as identified by the staff of the MCRNWRC. ITEMS FURNISHED BY THE GOVERNMENT: The U.S. Government will provide: Plant materials, maps of the areas to be planted, marking (flagging) of areas to be planted, plant storage, plant transport, oversight of planting activity and coordination with other management activities at the MCRNWRC. 1. Sagebrush Planting. 1.1 DESCRIPTION OF WORK: Provide all labor, tools, equipment and materials to perform all work in strict accordance with the specifications, plans and timing identified in this document. 2. AREA DESCRIPTION: Specific upland sites of the Hanford Reach National Monument, in Benton County, Washington. Staff of the MCRNWRC will identify (flag) specific areas on the ground within these areas. Approximately 425 acres will be planted, in up to 10 discrete locations. 3. PLANT MATERIAL; Plant material will be supplied by the Government. Plants will meet technical specifications for plant materials, generally plants a minimum of 5 months old, with roots minimum of 15 cm and maximum of 40 cm, and shrub height minimum of 10 cm. 4. PRINCIPLE ITEMS TO BE ACCOMPLISHED: Plant approximately 190,000 native shrubs (e.g. sagebrush) seedlings, within specific upland shrub-steppe habitat restoration sites on the MCRNWRC. The following sub-paragraphs identify specific sub-tasks to fulfill the requirements of this project. 4.1 Upon receipt of the notice to proceed, The Contractor shall plant the shrubs by hand using planting shovels to properly place, space, and compact around each shrub as specified. Notice to proceed shall be based upon sufficient soil moisture, and will be determined by MDRNWRC personnel. Ultimately, 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 orientation to prevent "J-rooting", proper plant spacing, etc.). Holes will be large enough and deep enough to insert plant roots without bending or crushing root fibers. All plant roots will be inserted vertically into the hole, with roots straight to avoid "J" rooting of seedling plants (roots bent at the tip due to shallow hole). Plant roots will be completely surrounded by soil so that no roots are exposed to air. Soil around plant roots will be loose enough so that roots will thrive and grow, yet compacted enough so that there is no air contact to roots. Attempts will be made to keep any unnecessary soil disturbance to a minimum. Plant materials will consist of approximately 190,000 bare root stock shrubs. Shrubs shall remain in cold storage until the day they are planted to maintain dormancy. Any extra plants not planted will be stored in cool, dry location each day. 4.2 Spacing and planting patterns. The Contractor shall plant the shrubs in several patterns as determined and directed by the staff of the MCRNWRC. Spacing of the plants shall be on 10-30' foot centers (depending on pattern specified by MCRNWRC staff) and planted in rows, triads, islands, or patches. Staff from MCRNWRC will identify specific sites and planting patterns to be used. Field crew will be instructed on the location, plant spacing, direction of travel, and distance for each plot planted, prior to planting. 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 requirements within these areas. 4.3 Other work as necessary to accomplish the above items. 5. INTERFACE WITH OTHERS: Government use of the facilities in this project area is anticipated while the work of this contract is being performed. The work shall be planned and accomplished so that there will be a minimum of interference and inconvenience to other operations taking place on the Monument. The Contractor shall coordinate with staff of the MCRNWRC to determine what other operations are scheduled to occur in areas effected by this project and to plan planting efforts in coordination with other management activities on Monument lands. 6. TECHNICAL ITEMS: 6.1 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 generated while fulfilling this contract (except as specified by MCRNWRC staff). All packing materials shall be recycled at local area recycling station when possible. All other wastes shall be disposed of by The Contractor at off site location. Contractor shall utilize existing roads to access planting areas, and shall utilize existing staging areas in the field. 6.2 PROJECT AREA: Arid Lands Ecology Reserve, Rattlesnake Mountain, Hanford Reach National Monument, Benton County, Washington. 6.3 QUALIFICATIONS: Personnel involved with the execution of this contract shall be experienced and qualified in the type of work required. Contractor shall provide a written work plan summary, with contract bid, including how they will accomplish the project. Work plan should be concise. 7. TIMING: 7.1 Timing of this shrub planting project shall be between 26 November 2007 and 31 January 2008. Planting dates will be determined by staff of MCRNWRC. Soil moisture must be greater than 10% prior to planting. There must be some precipitation before and some predicted following the planting dates. Upon issue of notice to proceed, the Contractor shall have 2 days to mobilize and begin planting of the shrubs. The Contractor shall complete planting within 20 calendar days after given the notice to proceed. This narrow window of performance is required to take advantage of optimum soil moisture opportunities and to ensure that shrubs retain their integrity. This performance window is subject to potential weather conditions that may prevent planting (i.e. frozen ground). The performance window may be modified based on weather conditions in coordination with, and with approval of, Monument staff. 7.2 It is anticipated that the Contractor will have to plant approximately 9,500 shrubs per day in order to meet the timeline proposed. Contractor would be well advised to consider the appropriate labor requirements to meet the 20-day performance window. Additionally, daylight hours during November and December are limited (sunrise at approximately 07:30 am and sunset at approximately 16:15). TECHNICAL COORDINATOR: Heidi Newsome at 509-371-1801 or email at heidi_newsome@fws.gov. Federal Acquisition Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Federal Acquisition Provision 52.212-2, Evaluation-Commercial Items, is included in this solicitation and the evaluation criteria, listed in descending order of importance are 1) Past performance with similar work over the last three years, 2) Written work plan indicating precisely how work will be accomplish; and 3) Price. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This provision can be obtained from the following web site: http://www.arnet.gov/far/ . Federal Acquisition clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Federal Acquisition Regulation clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and includes applicable clauses under the simplified threshold. This announcement constitutes the only solicitation. Quotes can be emailed to the following: Karl_Lautzenheiser@fws.gov . Written quotes must be received no later than COB October 30, 2007 and can be mailed to U.S. Fish and Wildlife Service, Contracting and General Services, 911 N.E. 11th Avenue, Portland Oregon 97232-4181, Attn: Karl Lautzenheiser, Contracting Officer. Interested contractors must complete online representations and certifications application (ORCA) at "http://www.bpn.gov" and must be registered in CCR at http://www.ccr.gov to be eligible for an award.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144851&objId=385173)
- Record
- SN01441134-W 20071027/071025224938 (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 |