MODIFICATION
F -- Gypsy Moth Mating Disruptant Aerial Spraying Program - Questions and Answers 2 - Amendment 3
- Notice Date
- 1/13/2017
- Notice Type
- Modification/Amendment
- NAICS
- 115112
— Soil Preparation, Planting, and Cultivating
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Eastern Region, 626 E. Wisconsin Ave., Suite 300, Acquisition Management, Milwaukee, Wisconsin, 53202
- ZIP Code
- 53202
- Solicitation Number
- AG-56A1-S-17-0001
- Point of Contact
- Melissa A Johnson, Phone: 814-728-6241
- E-Mail Address
-
melissaajohnson@fs.fed.us
(melissaajohnson@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 3 - Sign and return the SF-30 as part of your price proposal submission. See questions and answers for your information. The purpose of this project is to aerially apply mating disruptants to control low density populations of the gypsy moth in the states of North Carolina, Tennessee, Virginia, West Virginia, Kentucky, Ohio, Indiana, Illinois, Iowa, Wisconsin and/or Minnesota in the base year of 2017, and in option years 2018, 2019, 2020, and 2021 (if exercised). Disruptants registered with EPA and available for use are Disrupt II GM, Disrupt Bio-Flake GM, SPLAT-GM, or SPLAT-GM Organic. All disruptants require custom application systems that must be designed, built and tested prior to submitting an offer. Offerors are required to provide all application aircraft, custom application systems, observation aircraft, personnel, licenses, equipment, materials, disruptant, transportation and incidentals to support annual projects of several hundred thousand acres of treatment. Automated Flight Following (AFF) and Differentially Corrected Global Positioning System (DGPS) for aircraft tracking, guidance and flight path recording during spray operations is also required of all awardees. Treatment blocks will be a mixture of contiguous forested areas, urban or residential areas and agricultural areas dotted with homes and small woodlots. Treatments will occur primarily in June, July and early August of each year. Award(s) resulting from this solicitation will be Firm Fixed Price with an Economic Price Adjustment (for aviation fuel) and will include a base year and four one year option periods. The solicitation will be conducted using FAR Part 12 and 15 procedures. Award(s) will be made using a best value approach based on a combination of both technical and cost factors. The total acreage of the treatment blocks in 2017 is approximately 348,000 acres. The locations will be identified in the solicitation. The work will be offered in two items - one item includes approximately 60% of the work and the other approximately 40% of the work. Multiple awards are possible. Work in the option years (if exercised) will remain about the same as far as total treatment acreage and the division of work between items. However the specific geographic location and size of each individual treatment block will vary in the option years when compared to 2017. This project has been entirely set aside for small businesses within NAICS 115112. The small business size standard for this NAICS is $7.5 million. The full solicitation, including all materials needed in order to submit an offer, is tentatively scheduled to be posted to this site ( www.fbo.gov) by December 31, 2016 with offers due January 31, 2017 at 2 PM ET. A pre-bid conference call to answer contractor questions about the solicitation is tentatively scheduled for: Date: January 10, 2017 Time: 10 AM Eastern Location: Conference Call (call in number will be provided in the solicitation) Details for participating in this call will be included in the solicitation. For more information about the solicitation, please contact Melissa Johnson 814-728-6241 or melissaajohnson@fs.fed.us. Amendment 3 extends the due date for offers until 2/3/17 at 4:30 pm eastern time. It modifies exhibit 12 to allow an STC or FAA field approval.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/56A1/AG-56A1-S-17-0001/listing.html)
- Place of Performance
- Address: USDA Forest Service, Various locations in Region 8 and 9, Milwaukee, Wisconsin, 53202, United States
- Zip Code: 53202
- Zip Code: 53202
- Record
- SN04371868-W 20170115/170113234429-0432dbd183017e0934913488f5d247a0 (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 |