SOLICITATION NOTICE
F -- Ariel Spraying for the BIA-Natural Resource, Crownpoint, NM
- Notice Date
- 9/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
- ZIP Code
- 87305
- Solicitation Number
- A12PS02545
- Response Due
- 9/18/2012
- Archive Date
- 9/11/2013
- Point of Contact
- Charmaine Williams-James Contract Specialist 5058638227 charmaine.williams-j@bia.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
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A12PS02545 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This procurement is being conducted under the Simplified Acquisition procedures pursuant to the authority of FAR Part 12, Acquisition of Commercial Item. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. Total Set Asides for small business. NAICS Code: 481219 Size standards in millions of dollars $14.0. Chaco Wash and Vecenti Arroyo (Range 11-15 West) Aerial Spraying Background: The Bureau of Indian Affairs, Eastern Navajo Agency Division of Natural Resources (BIA) is responsible for the management and control of noxious weeds and invasive plants. Noxious weeds and invasive plants infestations impact land management activities and decrease forage production for wildlife and domestic livestock. Salt cedar (Tamarix ramosissima), a federally and state listed noxious weed, is infesting the Chico Wash Watershed and Vecenti Arroyo must be removed or controlled to the best of our ability to do so ( Executive Order 13112). These exotic and invasive plants draw excessive amounts of water from the soil, displace native plants, and are practically unusable for food, cover, or nesting substrate by native wildlife. I. Purpose: The purpose of the project is to initiate a control of the salt cedar infestations and to restore the riparian areas. As the lead agency, in cooperation with the Rio Puerco Watershed and the Navajo Nation; the BIA will contract the work by aerial herbicide application to control the salt cedar. II. Project Location: Chico Wash and Vecenti Arroyo is located in the Rio Puerco Watershed in District 20 approximately 40 miles south of Farmington, NM, in San Juan and McKinley Counties (Township 21-23North, Range11-15 West) in Land Management Districts (LMD) 15 and 20. III.Project Area Description:Situated in the San Juan Basin on the Colorado Plateau, Chaco Wash is a roughly elliptical and elongated area running along a northwest to southeast line. The watershed area drains approximately 1,365 mi?. The principal tributaries Chaco Wash are the Indian Creek, Dena zin Wash, Escavado Wash, Kim meniolia and Kin kliznnin Wash. Chaco Wash empties into the San Juan River which empties into the Colorado River. Ownership of the lands within the watershed is a complex mixture of Navajo Nation, State, public land and Private. Public Lands within the Chaco Wash watersheds are managed by the BLM- Albuquerque Field Office and the BLM-Farmington Field Office. The project area includes 500 acres of salt cedar which is about twelve miles of uninterrupted occurrence of salt cedar with 24-feet swath. However the project area involves patches of salt cedar along the Chaco Wash corridor from the LMD 14/15 boundary fence heading northeast to the New Mexico State Route 371. A.Soils:The project area is composed of four general soil associations and they are as follows: Notal-Escavado - Riverwash Association, 0-1 percent slope; Blancot-Notel Association, gently sloping; Farb-Rock Outcrop-Badland Complex, 2 to 25 percent slope; and Riverwash Association, 0-3 percent slop flodd plain, clayey setting, poorly drained. B.Vegetation: Major topographic features of the treatment area and associated vegetation are listed below. TopographyDescription ElevationRangeMajor Plant Species Bottomlands Rolling foothills, wide alluvial filled valleys and canyons, generally with deep arroyos, 5,900', alkalai sacaton, blue grama, galleta, squirreltail, broom, keweedrubber rabbitbrush,greasewood,fourwing saltbush shadscale Riparian areas Assessed and non-assessed areas along perennially, intermittently, and ephemerally flowing streams, standing waters, and springs.5,900' sedges rushes cattail salt cedar willow cottonwood The actual treatment area will only extend to the bottomlands at approximately 5,900 feet. C. Climate: The watershed has a semi-arid climate, with a considerable range of temperature and precipitation due to the differences in topography. Precipitation varies from approximately 8 to 9 inches annually, with approximately 50 percent coming as monsoonal thunderstorms in July, August and September. D. Water Resources: Chaco Wash is part of Stream Reach Number 2105 as designated by the New Mexico Water Quality Control Commission. Its designated uses include irrigation, limited warm water fishery, livestock watering, wildlife habitat, and secondary contact. Secondary contact such as swimming or wading is probably a rare recreational event in the Chaco Watershed. The Chaco Wash is an ephemeral to semi-ephemeral stream flowing in response to spring snowmelt and summer storms. The ephemeral nature of the stream precludes any fishery, and both livestock and wildlife make extensive use of the stream and adjacent corridor. Water quality assessments by the State of New Mexico have identified the Chaco Wash and its tributaries as not fully supporting designated uses, because of stream bottom deposits or sediment. The activities or agents suspected as sources of the sediment include grazing, streambank modification, loss of riparian vegetation, and road maintenance. However, the state did not include the non-perennial reaches of the Chaco or its tributaries (such as those in this watershed) in the assessments because sufficient data were not available. The majority of the treatments will occur on deeply gullied alluvial valley bottoms in the Riverwash soil association. Treatments occurring on other soil associations will generally involve dirt dams, springs, and isolated salt cedar patches in 4th to 8th order tributary channels. Groundwater in the area generally varies in depth from 200-500 feet with most being excess of 500 feet deep. Pesticide DRASTIC index rating for the Alluvial Basins groundwater region 2J - score 155 (low-moderate concern); Pesticide RAVE (a rating system which is for shallower water tables and takes into account the type of pesticide used) rating - score 54 (low-moderate concern). See Glossary for explanation of DRASTIC and RAVE. No farming or other cultivation practices are being conducted immediately downstream of the treatment area. E. Cultural Resources:There will be no ground disturbance since the herbicide will be applied by helicopter. The herbicide application will be precisely applied to the plants using GPS coordinates. Therefore, it is expected that no harm will be done to non-target areas. F. Threatened, Endangered & Other Special-Status Species: Special status species that are known to occur within the area include: bald eagle (accidental migrant), and mountain plover. The area is outside of the bald eagle's normal range, which is along the Rio Grande corridor; however, they have been observed migrating over the area. Federally listed and proposed species that have the potential to occur within the area but have not been specifically identified include the American and Arctic peregrine falcons, mountain plover, Western burrowing owl, loggerhead shrike and ferruginous hawk. The falcons could pass through the area during spring and fall migrations. The mountain plover is found throughout northern New Mexico in shortgrass prairies and could occur within the general area. The Western burrowing owl, loggerhead shrike and ferruginous hawk occur throughout the area wherever their particular habitat sites (e.g., prairie dog towns, open pi?on-juniper savannas) occur. Species in the shrub-grassland community include the bald eagle, Western burrowing owl, ferruginous hawk and loggerhead shrike. None of the threatened or endangered, proposed or other sensitive species appear to be limited or especially dependent upon the pi?on-juniper woodland community. In addition, numerous unique, special-feature habitats exit within the area (e.g., springs, caves, cliffs). These habitats are generally confined to small areas and scattered throughout the two broad vegetative communities. Several species are "obligate" to these specific features, such as caves or cracks in cliffs; that is, they cannot survive except where the features exist. These species include bats (occult little brown, spotted, big free-tailed, Yuma myotis, fringed myotis, long-legged myotis, long-eared myotis and small-footed myotis). Medium-sized cliffs (50 to 75 feet in height) occur within and adjacent to the watershed, and could provide habitat for nesting raptors, ravens and cliff swallows. A complete Biological Evaluation for all currently listed species was completed for the Chaco Wash Lake Valley by UDSA NRCS Aztec field office. The NRCS has determined that implementation of salt cedar and noxious weed treatment programs in these areas would result in a "No Affect" or "May Affect Not Likely to Adversely Affect" situation for all listed, proposed, or candidate plant and animal species. With improvements in the vegetative and hydrologic conditions of the Chaco Wash Watershed there is the long term potential to develop habitat suitable for the Southwestern Willow Flycatcher. Currently, no suitable habitat for this species occurs within the watershed. IV. Objective and Methodology: The objective is to establish control of salt-cedar using an aerial application of herbicide by helicopter. A.The contractor shall:1.The Contractor shall schedule a pre-work meeting to discuss the project action;2.The Contractor shall communicate with the COTR and CO on all contract communication, coordination, and cooperate with the BIA;3.The Contractor shall be a Certified Aerial Pesticide Applicator and submit copies of applicator's license (i.e. agricultural and structural including all other necessary licenses); 4.The Contractor shall apply herbicide "Habitat" on the salt-cedar by geo-referencing the location using GPS points provided by the BIA; 5.The Contractor shall apply the herbicide according to the product label and adhere to label instructions during handling, mixing, application and disposal, see MSDS and specimen label including calibration and rates and weather conditions;6.The Contractor shall cease the aerial application when the wind speed increase the recommend speed, moisture is present by snow or rain, and follow other recommended procedures according to the specimen and MSDA herbicide label;7.The Contractor shall log/keep record on each treatment runs and provide a copy to the BIA once the project is completed;8. The Contractor shall provide a GIS shapefile, UTM NAD 1983 with report including a topographical map as background once the aerial application is completed; 9. The Contractor shall conduct the work as recommended in the fall/autumn season, around August to October; 10.The Contractor shall supply water to support the project action which includes obtaining all necessary permits with the Navajo Nation programs including water permits to obtain water for aerial application. B.The BIA shall:1.Be on site daily to monitor the work;2.Provide the topographic maps with the GPS points with UTM coordinates; and 3.Coordinate with the local land board members and/or the chapter official(s) to inform the permittees and resident(s), if any, of the herbicide application. V. Performance times and delivery Dates:September 13, 2010 is the target date of application and timed to the phenology of the salt cedar life cycle or when the plant starts to go dormant. This has been the best time to treat salt cedar effectively and recommend from experience. IV. Performance Times And Delivery Dates The work shall be performed by the Contractor in or around September to October under ideal weather conditions. The condition of the environment would be no moisture such as rain or snow, no high wind speeds to prevent drifts, and fall season would be appropriate and not during the monsoon season. The project will take into consideration the amphibian breeding season. V. Describe the Government's Monitoring Methods. The Agency will monitor the Contractor by assisting with traffic, taking safety into consideration by wearing the appropriate Personal Protection Equipment. The Agency will inform the locals about the spraying beforehand so that the locals are aware of the spraying; place precaution signs; and talk to locals when issues arise. The Agency will document the spraying activities to ensure Quality Assurance. The Agency will be at the project area on a daily basis until the project is completed. SECITON H. H.1 The Contractor, in connection with any proposal he makes for a contract modification, shall furnish a price breakdown, itemized as required by the Contracting Officer (CO). Unless otherwise directed, the breakdown shall be in sufficient detail to permit an analysis of all material, labor, equipment, subcontract, and overhead costs, as well as profit, and shall cover all work involved in the modification, whether such work was deleted, added, or changed. Any amount claimed for subcontractors shall be supported by a similar price breakdown. In addition, if the proposal includes a time extension, a justification thereof shall also be furnished. The proposal, together with the price breakdown and time extension justification, shall be furnished by the date specified by the Contracting Officer. H.2 Changes The contractor shall not perform any of contingent sum work, until the Contracting Officer issues a contract modification authorizing performance of work in accordance with FAR Clause 52.243-01 ALT III, Changes Alt III. The Contractor shall promptly notify the Contracting Officer, in writing, of subsurface or any physical conditions from those indicated in this contract or unknown physical conditions at the site before proceeding with the work. The change orders request shall be forwarded to the Contracting Officer by memorandum outlining the need and a justification for the change order. Upon receipt of a change order request, the Contracting Officer will request a cost proposal from the Contractor. All cost proposals shall be in detail and itemized, showing price breakdown in sufficient detail to permit an analysis of cost for material, labor, equipment, hours, taxes, insurance, bonds, overhead costs, profit, and complete description of work involved in the change order, including any time extension. In an emergency situation, a telephone approval may be granted by the Contracting Officer, and immediately the Contractor shall follow through by submitting a written cost proposal to the Contracting Officer. The Contracting Officer will issue a contract modification to authorize the work for the "emergency". H.3 Tribal Taxes, Requirements And/Or Restrictions (a) Special attention is called to Part II - Contract Clauses, FAR Clause 52.236-7, Permits and Responsibilities and FAR Clause 52.229-3, Federal, State, and Local Taxes. Bidders are responsible for contacting the tribe or tribal organization involved with regard to any requirements regarding tribal taxes, royalties and/or other applicable tribal laws or ordinances. Any costs associated with this section shall be included in the contractor's bid. (b) Bidders are responsible for contacting the Office of the Navajo Tax Commission for tribal taxes identified below: The Navajo Nation Office of the Navajo Tax Commission P. O. Box 1903, Window Rock, AZ 86515 (928) 871-7511 H.4 Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving Executive Order 13513 "Federal Leadership on Reducing Text Messaging While Driving" was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or - rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government. SECTION M. Evaluation Criterias FAR 52.212-02: Evaluation -Commerical Items:(a) 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 factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance All weight the same. In accordance with FAR 15.101-2, Lowest price technically acceptable source selection process. (a) The lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. (b) When using the lowest price technically acceptable process, the following apply: (1) The evaluation factors and significant sub factors that establish the requirements of acceptability shall be set forth in the solicitation. Solicitations shall specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. If the contracting officer documents the file pursuant to 15.304(c)(3)(iii), past performance need not be an evaluation factor in lowest price technically acceptable source selections. If the contracting officer elects to consider past performance as an evaluation factor, it shall be evaluated in accordance with 15.305. However, the comparative assessment in 15.305(a)(2)(i) does not apply. If the contracting officer determines that a small business? past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). (2) Tradeoffs are not permitted. (3) Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. (4) Exchanges may occur (see 15.306). M.1 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the lowest evaluated price of proposals meeting the technically acceptability standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of proposals (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3. Evaluation The Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability proposal with the lowest evaluated price. Each Factor will be rated either "Acceptable" or "Unacceptable." All factors must be "Acceptable" in order to be determined as technically acceptable. A proposal with any factors that are rated as "Unacceptable" will not be considered. M.4. Evaluation Factors Factor I - Technical Capability Factor II - Management Capabilities Factor III - Past Performance Factor I - Technical Capability Proposal for a Certified Aerial Applicator, in accordance with the SOW. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the proposed technical approach. The technical proposal should reflect a clear understanding of the nature of the work to be performed. The proposal shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The proposal should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW.b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW.d) Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for a Certified Aerial Applicator, in accordance with the SOW. Each offeror shall submit a plan consisting of a narrative explanation of their proposed on-site approach to project management and coordination; and cost control measures on change orders and how they are proposed and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the proposed key personnel qualifications. The assessment will consider whether the proposal provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project.b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path. Factor III - Past Performance for a Certified Aerial Applicator, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: FAR 52.212-1, 52.212-3; 52.212-4; 52.212-5;52.233-03;52.233-4;52.222-3;52.222-19;52.222-21;52.222-26;52.222-41;52.232-30;52.232-33;52.232-36; 52.232-18, DIAR1452.226-70;DIAR 1452.226-71.The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Charmaine Williams-James, by close of business, 4:30 P.M., Local Time, September 18, 2012. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: charmaine.williams-james@bia.gov. All contractors submitting offers must be registered in the www.sam.gov in order to receive contracts and purchase orders in reference to FAR52.204-7.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02545/listing.html)
- Place of Performance
- Address: Crownpoint, New Mexico
- Zip Code: 87313
- Zip Code: 87313
- Record
- SN02877157-W 20120913/120912000920-dc38a3f99eb6d20ecfcc24ad07fee30c (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 |