Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
SOLICITATION NOTICE

F -- RECOVERY - Multi Species Conservation Program (MSCP), Imperial Ponds Shoreline Planting, Imperial Ponds Native Fish Habitat Expansion, Project No. 23.000, TAS::14 0681::TAS

Notice Date
2/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
R10PS30R12
 
Response Due
3/5/2010
 
Archive Date
2/10/2011
 
Point of Contact
Meagan Fyffe Contract Specialist 7022938552 mfyffe@usbr.gov;
 
E-Mail Address
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
The Bureau of Reclamation, Multi Species Conservation Program (MSCP) has a requirement for Imperial ponds shoreline planting at Imperial National Wildlife Refuge, Yuma, AZ. This project will be partially or wholly funded from the American Recovery and Reinvestment Act of 2009 (ARRA). Please be advised that the Awardee will be subject to Section 1512(c) of ARRA, which requires that each contractor report on its ARRA funds under the awarded contract. These reports will be made available to the public. 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-38. This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 115112 Soil Preparation, Planting and Cultivating. The small business size standard for NAICS Code 115112 is $7.0 million. Line item 0001 - Obtain Plant Materials. The material will include a combination of required plants totaling 32,255 plants in accordance with the Statement of Work requirements. A more detailed SOW is attached to the RFQ.Line item 0002 - Site Preparation in accordance with the Statement of Work requirements. A more detailed SOW is attached to the RFQ.Line item 0003 - Planting required material in accordance with the Statement of Work requirements. The planting area totals 48,828 square feet. A more detailed SOW is attached to the RFQ.Line item 0004 - Supplemental Irrigation in accordance with the Statement of Work requirements. A more detailed SOW is attached to the RFQ.Line item 0005 - Weed Removal in accordance with the Statement of Work requirements on a monthly basis following planting, for a 120 day period. A more detailed SOW is attached to the RFQ.Line item 0006 - Site Inspections in accordance with the Statement of Work requirements. A more detailed SOW is attached to the RFQ. Determination of award will be based on the lowest priced technically acceptable, responsive quote from a responsible offeror. The following criteria will be evaluated to determine offeror acceptability: (i) Technical Approach, (ii) Experience, (iii) Personnel Qualifications; and (iv) Price. The following clauses and provisions are applicable to this commerical item acquisition: FAR provision 52.212-1, Instructions to Offerors - Commercial Items FAR provision 52.212-2, Evaluations FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors shall include in their offer a completed copy of the provision 52.212-03 or indicate completion of the applicable Online Representation and Certifications Application (ORCA). Offerors may complete the annual representation and certification online at www.orca.bpn.gov. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR clause 52.212-5 Alternate II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specific FAR clauses included in clause 52.212-5 that are applicable to this requirement ARRA project included: 52.203-15, Whistlerblower Protections Under the American Recovery and Reinvestment Act or 2009 and 52.204-11, American Recovery and Reinvestment Act - Reporting Requirements. Additional contract requirements include the following clauses and provisions:52.237-01, Site Visit1452.215-71, Use and Disclosure of Proposal Information1452.222-80, Notice of Applicability - Cooperation with Authorities and Remedies - Child Labor1452.237-80, Security Requirements, Information Technology/Compulsory Protection of Sensitive Information and Security Access Requirements A site visit will be held on Thursday, February 18, 2010, in Yuma, AZ at the Imperial National Wildlife Refuge beginning at 10 am. Prospective offerors should make arrangements for attendance by contacting Kelli Adams at (702) 293-8363. Responsible offerors are requested to submit a quote for this requirement. Offers may be submitted electronically through FedBizOps, via email to kadams@usbr.gov, or by fax at (702) 293-8050. To facilitate electronic quote submissions through FedBizOpps, a request for quote (No. R10PS30R12) is being issued subsquent to this combined solicitation/synopsis. Offers are due March 5, 2010 by 4:00pm local time. For questions and concerns please contact Meagan Fyffe at (702) 293-8552.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/93dbbee7087a4646a8bfd9afafb32d98)
 
Place of Performance
Address: Imperial National Wildlife Refuge, Yuma, AZ
Zip Code: 85364
 
Record
SN02062130-W 20100212/100210234358-93dbbee7087a4646a8bfd9afafb32d98 (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.