SOURCES SOUGHT
S -- Herbicide and Insecticide Treatment for Ailanthus Altissima
- Notice Date
- 1/27/2020 12:08:35 PM
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- USDA APHIS MRPBS MINNEAPOLIS MN 55401 USA
- ZIP Code
- 55401
- Solicitation Number
- 12639520Q0072
- Response Due
- 2/10/2020 10:00:00 AM
- Archive Date
- 04/15/2020
- Point of Contact
- Leah Schultz, Phone: 6123363625, Jeremy Pouliot, Phone: 612-336-3204
- E-Mail Address
-
leah.h.schultz@usda.gov, jeremy.pouliot@usda.gov
(leah.h.schultz@usda.gov, jeremy.pouliot@usda.gov)
- Description
- The United State Department of Agriculture (USDA) Animal and Plant Health Inspection Service (APHIS) Plant Protection and Quarantine (PPQ) is contracting for the treatment of Ailanthus altissima (Ailanthus), also known as �tree of heaven�, a known host of Spotted Lanternfly (SLF) (Lycorma delicatula), in Pennsylvania, Virginia and Maryland with the possibility of expansion into other surrounding states if new infestations are identified. USDA and state Departments of Agriculture continue to survey trees in and around the Quarantine Zone, additional infested areas are expected to be detected. Herbicide and insecticide treatment services will be on an as?needed basis in support of the USDA and state programs to eradicate or control SLF in identified states. Treatments will be completed on public and private property, in both landscaped and unmanaged areas, including woodlots and fencerows. In general, herbicide is applied to ailanthus trees with a DBH less than 6 inches. Any Ailanthus with a DBH of greater than 6 inches will generally be treated with insecticide. The contractor shall provide all personnel, labor, supervision, supplies, equipment, and materials required to treat ailanthus trees. �Contract will require, at a minimum, that the contractor have on the spot access to an arborist (texting and calling would be acceptable), must provide state certified commercial pesticide applicators or any additional requirements as required by law to supervise the application of herbicide and insecticide, and a licensed applicator must be on-site while any treatment is being performed.� All contractor employees performing treatment must be properly trained and able to positively identify the Ailanthus tree for treatment. We are looking for a contractor that has the capability to manage and execute multiple treatment plans in coordination with state cooperators and federal partners in multiple states. This contract will also include treating properties that were treated in previous years. The Government intends to award an IDIQ contract for a performance period of a base year and two options years. This contract will have a potential value of up to $7.5 million. Contract will be priced per acre treated based on property land use designations and estimated number of trees based on historical data. 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 (within the past 3 years) 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.� Indicate how work was priced (unit and price) and provide contract price amounts.� 3) Describe the personnel and crew(s) available for performance of the proposed requirement. 4) Business Ownership and Self?Certification information (i.e. Small Business, Women?Owned Small Business, Veteran Owned, Service Disabled Veteran Owned) 5) Current Government Certifications (i.e. 8(a) certified, 8(a) joint venture, Small Disadvantaged Business HUBZone Certified) 6) DUNS number, and CAGE code It is at the discretion of USDA to determine if any 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. The appropriate NAICS code for the proposed project is 561730 with a small business size standard of $7.5 million. Respondents should ensure the information provided is detailed, current, accurate, and complete. Please submit capability statements by email to Leah Schultz at leah.h.schultz@usda.gov AND Jeremy Pouliot at jeremy.pouliot@usda.gov no later than February 10, 2020 at 12:00pm CT. This notice does not constitute a solicitation. This invitation for capability statements is for planning purposes only. The acquisition strategy for this proposed project has not yet been determined. Response to this notice is strictly voluntary. The Government will not reimburse any party for its participation in this effort. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act. Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b77ec43e161b4dbeb9d6d54f8e9a4124/view)
- Record
- SN05544583-F 20200129/200127230133 (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 |