SOLICITATION NOTICE
F -- BPA for Broadcast Herbicide Application, EasternOR
- Notice Date
- 1/16/2020 12:50:54 PM
- Notice Type
- Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- OREGON STATE OFFICE PORTLAND OR 97204 USA
- ZIP Code
- 97204
- Solicitation Number
- DOILFBO200009
- Response Due
- 1/21/2020 8:59:59 PM
- Archive Date
- 02/05/2020
- Point of Contact
- BLM Oregon State Office
- E-Mail Address
-
blm_or_so_952_mail@blm.gov
(blm_or_so_952_mail@blm.gov)
- Awardee
- null
- Description
- The Bureau of Land Management (BLM), Oregon State Office is seeking responsible vendors to establish multiple-award Blanket Purchase Agreements (BPAs) for commercial items service to perform broadcast herbicide application services within eastern Oregon primarily for, but not limited, emergency stabilization and rehabilitation, invasive weed treatment, annual grass treatment, and broadleaf weed treatment, to be conducted under Federal Acquisition Regulation (FAR) Part 13. See scope of work attached. The Government may furnish the quantities of water (gallons) required for the application surfactant rate when purchases are solicited, unless otherwise specified in the request for quotation for the BPA purchase (order/call). The performance period will be from date of award for a period of up to 5 years. The NAICS code is 115310 and the small business size standard is $8,000,000. The Government anticipates order of approximately $60,000,000 dependent on wildfires and funds available. The minimum order limit is $2,500. The maximum order limit is $2,000,000. FAR Provision 52.211-6 Brand Name or Equal (Aug 1999) is incorporated in full text as `equal� items must be compliant with the BLM Pesticide Use Proposal tiered to the applicable environmental assessment. This opportunity is open to all businesses regardless of size. The basis of award will be respondents who demonstrate their capability to successfully perform the scope of services, see attachment. All responsible sources must submit a capability statement which shall be considered by the agency. The capability statement must include: 1. Relevant Experience: Demonstrate firm�s flatcrop land, range application experience with herbicide in steep, rocky terrain. Provide experience of each pilot. Provide all applicable licenses, and certificates 2. Past Performance: Furnish at least three (3) recent projects completed on Federal lands within the last three (3) years with� a. project title (description, location); b. cumulative award amount; c. award date; d. required completion date; e. actual completion date; and f. end user/customer point-of-contact name, agency name, job title, telephone number, and email address 3. Technical Capability: Demonstrate firm�s capability in the following areas� a. Equipment and other resources; b. Key personnel (such as pilots and mixing/loading staff); c. Valid Oregon Pesticide applicator with aerial supplement and the Oregon Department of Agriculture herbicide category for rangeland; and d. Use of GIS mapping, skills, and related systems for spraying. e. Production (how many acres sprayed per hour/day) 4. Project Management a. Staff management; and b. Quality control The following provision is included in full text: 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as �brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b) To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Responses must be received by January 21, 2020, 10:00 a.m. PT in order to be considered. Email responses to blm_or_so_952_mail@blm.gov, with the subject line entitled DOILFBO200009.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c37fc708546741c78239b3b4fd78ff14/view)
- Record
- SN05536684-F 20200118/200116230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |