Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2012 FBO #3907
SOLICITATION NOTICE

F -- Herbicide Control of Chinese Tallow

Notice Date
8/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GR1875 CENTURY BOULEVARDSUITE 310ATLANTAGA30345-3310US
 
ZIP Code
00000
 
Solicitation Number
F12PS00848
 
Response Due
8/15/2012
 
Archive Date
9/14/2012
 
Point of Contact
Bryan Hagood
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items and an award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. This is combined synopsis/solicitation is notice that the Fish and Wildlife Service (FWS) has issued a non-personal services contract to provide herbicide application and adjuvant for treatment of Chinese Tallowtree on approximately 545 acres on the Bayou Teche National Wildlife Refuge (NWR/Refuge). Herbicide will be applied to areas that have been pre-defined and mapped within the US Fish and Wildlife Service (USFWS) geographic information system (GIS) database. The Contractor shall provide all personnel, labor (i.e. herbicide application), equipment, supplies (i.e. chemicals, herbicides, adjuvant), transportation, tools, materials, supervision, and other non-personal services necessary to perform the requirements of this contract order and shall plan, schedule, coordinate, and ensure effective performance of required services for the entire duration of contract. Work performance shall be defined as 100% of identified species infestations to be treated, and a 95% control rate (Acceptance Criteria [AC]) achieved. The period of performance shall be on or about April 1 thru May 31, 2013. The Technical Site Representative contact is matthew_mccollister@fws.gov or 985-860-6681. Contractor is solely responsible for acquiring and maintaining all federal and local licenses, certification, and permits as required. State Certified Pesticide Applicator (License). Where applicable, the name brand and quantity of herbicide proposed by the contractor must be pre-approved by the USFWS through a Pesticide Use Proposal 30 days prior to application. This action is being solicited as a Small Business Set-Aside under the North American Industrial Classification System (NAICS Code) 11530 Support Activities for Forestry. A firm-fixed price commercial contract order will be issued. The proposal(s) will be evaluated based on the following evaluation factors: Factor 1 - Technical Capability to include Work Plan/Technical Approach, Quality Control Plan, Workload Capacity, Staffing and Equipment, and Past Experience; Factor 2 - Past Performance; and Factor 3 - Price. The Government will evaluate price for all technically acceptable offers and the lowest priced technically acceptable Offeror will receive an award. * The Government reserves the right to reject offers that are unreasonably low or high in price and as a result, not make an award. You may view and apply (after registering in FedConnect if applicable) to this solicitation/RFP on or after that date at: https://www.fedconnect.net/Fedconnect/PublicPages/PublicSearch/Public_Opportunities.aspx Once in the website, enter the solicitation number (F12PS00848) or title (Herbicide Control of Chinese Tallow) in the search criteria field. The priority treatment areas are as follows: 1) Bottomland hardwoods, Franklin unit, 463 acres, tallows are concentrated along forest edges and disturbed areas (9.25 miles of edge, ~70 acres, medium density 100-400 stems/acre)-not common in interior forest (~393 acres, very low density <10 stems/acre), accessable by vehicle during dry conditions, on ATV and foot year-round. 2) Bottomland hardwoods, Garden City unit, 593 acres, tallows are concentrated along forest edges and disturbed areas (11.75 miles of edge, ~90 acres, medium density 100-400 stems/acre)-not common in interior forest (~513 acres, very low density <10 stems/acre), acessable by vehicle during dry conditions, on ATV and foot year-round. 3) Spoil banks, Franklin unit, 150 acres, medium density 100-400 stems/acre, accessable by boat and on foot. 4) Bottomland hardwoods and spoil banks, Centerville unit, 235 acres, low density 10-100 stems/acre accessable by vehicle during dry conditions, on ATV and foot year-round. *Offeror should submit price per acre: $________/acre (along with their supporting documentation). Quotes/proposals may be submitted either by e-mail to (bryan_hagood@fws.gov), thru FedConnect, hand-carried, or by mail. No faxed quotes allowed. The Government reserves the right to issue a single award, multiple awards, or no award to an offeror/offerors that is/are responsible and provides the best overall value to the Government based on lowest price technically acceptable for each line item. Contractor shall submit the following items, but not limited to: a. Standard Form 1449 b. Line Item Summary/Bid pricing c. Bidders Questionnaire of Responsibility d. Past Experience & References forms e. Evaluation Factors information (i.e. work plan, quality control plan, workload capacity, etc.) f. ORCA (52.212-3 or copy of on-line registration). *Must be registered electronically on-line prior to award. g. CCR (copy of on-line CCR registration and/or provide DUNs #). NOTE: Vendors previously registered in the Central Contractor Registration (CCR) must now log into SAM to update their information. New vendors can register in SAM at sam.gov by clicking on create account or register. *Please review the evaluation factors for award under the FedConnect solicitation (# F12PS00848) and submit all required information. https://www.fedconnect.net/Fedconnect/PublicPages/PublicSearch/Public_Opportunities.aspx All quotes/offers must be received no later than August 15, 2012, 1:00 PM Local Eastern Time. You must be fully and actively registered in the System for Award Management (SAM). SAM is a free web-site which consolidates Federal procurement systems. Currently CCR, FedReg, ORCA, and EPLS have been migrated into SAM. https://www.sam.gov/portal/public/SAM A site visit has been scheduled for August 8, 2012 @ 8:00 AM Central Time at Bayou Teche NWR, 1725 Willow St Franklin, LA 70538. Contact the following if you plan on attending the site visit: matthew_mccollister@fws.gov CAUTION: This solicitation is issued electronically, as will any amendments thereto. Thus, the Government is under no obligation and is in fact unable to maintain a bidder's mailing list. It is therefore the responsibility of any interested parties to obtain any amendments that may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for proposal receipts may render your offer non-responsive and result in the rejection of it. Telephone requests will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00848/listing.html)
 
Record
SN02826847-W 20120805/120803235846-3bb738aa03676ea2b2e41539356b8f7e (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.