Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2015 FBO #5091
MODIFICATION

F -- Ohio Tree Removal for Asian Longhorned Beetle (ALB) Eradication Efforts

Notice Date
10/30/2015
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-SS-16-0001
 
Archive Date
11/21/2015
 
Point of Contact
Lisa A Draves, Phone: 612-336-3364
 
E-Mail Address
lisa.a.draves@aphis.usda.gov
(lisa.a.draves@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. Department of Agriculture (USDA) Animal and Plant Health Inspection Service (APHIS) is seeking capability statements from all firms interested in performing work to remove Asian Longhorned Beetle (ALB) host trees, shrubs, limbs, branches, exposed surface roots and stumps (not all inclusive) infested and at high risk of infestation by ALB in Clermont County Ohio. There is the possibility of expansion into surrounding areas if new infestations are identified. As USDA/Ohio Department of Agriculture (ODA) continues to survey trees in and around the Quarantine Zone, additional infested trees may be detected. Service will be on a year-round, as-needed basis in support of the USDA/ODA program strategies for the eradication of ALB in Ohio. The USDA and/or the ODA will secure approval from the property owners to access the site where the infested trees are located on their property in order to remove the tree(s) and/or host material. Tree removal activities will be completed on public and/or private property in both landscaped/maintained settings and in non-maintained areas. The Contractor may be required to service two or more sites simultaneously to meet the eradication goals of the USDA. Removal requirements vary from approximately 1-15 trees per week to 600 trees per week. The contractor must maintain at least one crew and have the capacity to expand to 10 crews. Contractor personnel must include a full-time arborist with current certification from the International Society of Arboriculture (ISA) or equivalent organization. The equipment necessary to perform the work may include, but is not limited to, the following: chip box trucks, chippers/grinders (up to 15" DPH capacity), stump grinders, bucket trucks, felling equipment (chainsaws, feller buncher), swamp mats, mowers (exerts a ground pressure < 8 psi and mulches mows woody stems up to 6" SBH), transport equipment (grapple skidder, forwarded, clam bunk), and cable skidder. The contract may require a performance bond (Standard Form 25) in the penal amount of $500,000 prior to commencement of work. Should the solicitation be issued as a small business set aside, the contractor will be required to comply with the requirements of clause 52.219-14 "Limitations On Subcontracting" which requires that 50 percent of the cost of contract performance incurred for personnel is expended for the prime contractor's employees. Work will involve, but is not limited to, providing all personnel, labor, supervision, supplies, equipment, and materials required to remove ALB infested and/or high-risk host trees, the stump grinding of all landscaped removed trees, the stump grinding of woodlot trees when deemed necessary by the USDA, the application of approved herbicide on stumps when deemed necessary by the USDA, the disposal of all removed trees and woody debris, and the restoration of properties where removal work has been completed. Additional information about the USDA APHIS ALB Program and other Plant Pest and Disease Programs is available online at www.aphis.usda.gov. The appropriate NAICS code for the proposed project is 561730 with a small business size standard of $7.5 million. All interested parties are invited to submit capability statements for acquisition planning purposes. The following outline is recommended (5-page limit): 1) Company name, address, and primary point of contact information 2) Recent and relevant past performance information. Include project name, description, dollar value, dates of performance, point of contact (name, title, phone, email). Indicate if the work was performed as a prime contractor or subcontractor. 3) Describe the equipment available for the performance of the proposed project. 4) Describe the personnel and crew qualifications who would be available for performance of the proposed project. 6) Provide your firm's current bonding level (aggregate). 7) Business Ownership and Self‐Certification information (i.e. Small Business, Women‐Owned Small Business, Veteran Owned, Service Disabled Veteran Owned) 8) Current Government Certifications (i.e. 8(a) certified, 8(a) joint venture, Small Disadvantaged Business HUBZone Certified) 9) List Pertinent Codes: NAICS Codes (numbers only), DUNS number, and CAGE code It is at the discretion of USDA to determine if a small business set-aside is appropriate based upon the capability information provided in response to this notice, and other pertinent information gathered by the contracting officer. Respondents should ensure the information provided is detailed, current, accurate, and complete. Please submit capability statements by email to Lisa Draves at lisa.a.draves@aphis.usda.gov no later than November 6, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-SS-16-0001/listing.html)
 
Record
SN03934276-W 20151101/151030234000-cd188df491c03e291119ea462cc4e59f (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.