SOLICITATION NOTICE
F -- Irrigation, Planting & Maintenance Requirements forLaguna Division Conservation Area (LDCA)
- Notice Date
- 7/27/2012
- Notice Type
- Presolicitation
- Contracting Office
- Bureau of Reclamation - LC - Lower Colorado Regional Office 500 Fir Street Boulder City NV 89005
- ZIP Code
- 89005
- Solicitation Number
- R13PS30011
- Response Due
- 9/1/2012
- Archive Date
- 7/27/2013
- Point of Contact
- Elizabeth Bailey Contract Specialist 7022938460 eebailey@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
- N/A
- Description
- Irrigation, Planting, and Maintenance Requirements for Laguna Division Conservation Area The Bureau of Reclamation's Lower Colorado Region Office has a requirement for services to restore, enhance, and protect native riparian, wetland, and aquatic habitats within The Laguna Division Conservation Area Project (LDCA) for the benefit of the Lower Colorado Region's, Multi-Species Conservation Program (LCR MSCP) covered species and other plants and wildlife. The project's goal is to create a mosaic of marsh and riparian areas. Multiple meandering channels will be constructed and the hydrology of the site will be managed to create and sustain three specific land cover types: cottonwood-willow, honey mesquite, and marsh that meet LCR MSCP conservation criteria for target species of mammals and birds. The LDCA is located on Bureau of Reclamation land along the lower Colorado River downstream of Imperial Dam and upstream of Laguna Dam. The project area encompasses approximately 1,250 acres of tamarisk shrub land and wetlands along the abandoned river channel between the Laguna Settling basin and Mittry Lake Wildlife Area. The following tasks are required under this project; 1.Management of the irrigation systems 2.Invasive weed species management 3.Hand planting of upland vegetation 4.Reporting of pertinent data for LDCA to the project manager Complete details on this requirement will be described in Solicitation No. R13PS30011 - Attachment 1, The Performance Work Statement. The solicitation package is expected to be posted on or about September 1, 2012. The successful awardee shall be expected to provide all personnel, equipment, tools, materials, supervision and other items and services necessary to perform irrigation management services, herbicide application, invasive plant removal and hand planting. Services under this contract will be needed for a five (5) year period as to ensure that the new vegetation is well established and that self maintenance of the vegetation community is achieved. Performance is anticipated to start in November 2012 and complete in the fall of 2017. This requirement is being solicited on an unrestricted basis. The North American Industry Classification (NAIC) for this project is 561730 - Landscape Services. The Small Business Size Standard is $7 Million. This solicitation will result in one firm-fixed price, Indefinite Delivery / Indefinite Quantity Type Contract. Over the five (5) year performance term, the guaranteed minimum dollar value shall be $500,000. The maximum contract dollar value will not exceed $5,000,000. Reclamation shall place task orders during the five (5) year performance period when it is determined that services are needed to manage the project area. The resultant contract shall be subject to annual wage adjustments under the Service Contract Act. Technical proposals will be required to be submitted approximately 30 days after the solicitation package posts on the Federal Business Opportunities web site. The proposals will be evaluated by a technical panel in accordance with the Commercial Evaluation Criteria found in the solicitation package. Award will be made to the responsible offeror whose proposal provides the overall best value to the Government technically and pricewise. Technical merit carries more weight in the award evaluation process than price. The following technical evaluation factors (listed below in descending order of importance) must be addressed by each offeror in their technical proposal; 1. Technical Approach & Maintenance Plan 2. Experience 3. Past Performance Although technical merit is more important in the award evaluation process than price, all proposals will be evaluated for price reasonableness. Solicitation packages will only be available electronically and can be obtained through the Federal Business Opportunities site www.fedbizopps.gov. Once posted, the solicitation package will contain a complete description of the requirement and provide timeframes and instructions for how to prepare and submit a proposal. It is expected that Solicitation R13PS30011 shall have 6 Attachments. Please note that the Federal Business Opportunities Page has a link back to The Department of Interior's National Business Center (NBC). You will need to go to DOI's NBC page to see and download all of the applicable documents. You may go directly to NBC using the following link http://ideasec.nbc.gov. NOTE TO OFFERORS: The Solicitation and any subsequent amendments will be issued electronically through the Federal Business Opportunities (FBO) (www.fedbizopps.gov) website, in accordance with FAR Subpart 4.5 and 5.102(a)(1). Hard copies will not be provided by mail. As most public libraries have resources available to electronically access and download the Solicitation, the Government is under no obligation to provide hard copies or maintain bidders list. It is the responsibility of all interested parties to periodically access the FBO website to check for and obtain any amendments which may be issued and to ensure that they have the most current information. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of proposals may render your proposal nonresponsive and result in the rejection of your proposal. All offerors are required to have a current registration on the Central Contractor Registration (CCR) to be eligible for contract award. Offerors may register on CCR at http://www.ccr.gov. Written questions may be submitted to Liz Bailey at eebailey@usbr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4adfd714ad5e7308c06deb3340cda88b)
- Place of Performance
- Address: The LDCA is located on Bureau of Reclamation land along the lower Colorado River downstream of Imperial Dam & upstream of Laguna Dam. The project area encompasses approximately 1,250 acres of tamarisk shrub land & wetlands along the river
- Zip Code: 922510000
- Zip Code: 922510000
- Record
- SN02817772-W 20120729/120727235518-4adfd714ad5e7308c06deb3340cda88b (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 |