SOLICITATION NOTICE
F -- Gravel Pit Invasive Plant Spraying
- Notice Date
- 2/5/2020 1:30:06 PM
- Notice Type
- Presolicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- COLVILLE NATIONAL FOREST COLVILLE WA 99114 USA
- ZIP Code
- 99114
- Solicitation Number
- 1205M620Q0010
- Response Due
- 3/16/2020 2:00:00 PM
- Archive Date
- 04/30/2020
- Point of Contact
- Brian A. Johnson, Phone: 4257836056, Fax: 4257830129
- E-Mail Address
-
brian.johnson3@usda.gov
(brian.johnson3@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PERFORMANCE-BASED STATEMENT OF WORK The purpose of this planned solicitation is to secure services for treating noxious weeds with herbicides. The objective�is to prevent the spread of noxious weeds by creating a weed-free rock and material source for maintenance, construction, and resurfacing of roads on the Colville National Forest (The Forest). All work shall be done in strict compliance with the 1998 Environmental Assessment for Integrated Noxious Weed Treatment, The Forest, and the terms and conditions outlined in the solicitation. All work areas are divided into three (3) areas by county on The Forest. All gravel pit locations may be reached by The Forest road system. The awardee will be required to provide The Forest Contracting Officer's Representative (COR) with a Daily Spray Report which shall include�the Pesticide Application Record form and the Information Needed for Application Records that will be provided in the RFQ.�� EQUIPMENT AND SPECIAL REQUIREMENTS Articulate boom spray truck equipped with a hose reel; alternate equipment may be approved on a case-by-case basis as requested by the awardee and approved by the contracting officer. The awardee shall have an on-site supervisor during all spray operations and this individual must have a current Washington State Commercial Pesticide Applicator's license. Additional special requirements will be outlined in the solicitation. PROJECT LOCATION Colville National Forest (Refer to the attached Project Maps named ""2019Allotments_Pits_East_Final"" and ""2019Allotments_Pits_West_Final"").� If project maps are updated they will be included in the final solicitation document (AKA Request for Quotation (RFQ)). TECHNICAL POINT OF CONTACT Jake Biar, Rangeland Management Specialist, (509) 738-7748, jacob.biar@usda.gov BASE YEAR PLUS FOUR OPTION YEARS The intent of this contract action is to award a Base Year�with four (4) Option Years. The Base Year of services requested in the solicitation is�currently funded with fiscal year (FY) 20 appropriations and the funds are in commit status. The subsequent four Option Year periods will be funded in the FY that each�Option Year is exercised by the contracting officer,�i.e., Option 1 (FY21), Option 2 (FY22), Option 3 (FY23), and Option 4 (FY24). Each quoter is required to price all line items in the Schedule of Items�for the Base Year and Option Years 1 through 4 to be considered for contract award. Failure to do so will cause your company's quote to be considered non-responsive to the solicitation requirements. PLANNED BASE AND OPTION YEARS PERIODS OF PERFORMANCE Base Year: June 1, 2020 through July 31, 2020;�Option Year 1: June 1, 2021 through July 31, 2021;�Option Year 2: June 1, 2022 through July 31, 2022; Option Year 3: June 1, 2023 through July 31, 2023; and Option Year 4: June 1, 2023 through July 31, 2024. WAGE DETERMINATIONS FOR BASE AND OPTION YEARS The initial Service Contract Act (SCA) wage determination issued with the Base Year services will remain in effect for the entire performance period. If the U.S. Depart of Labor--Wage and Hour Division, issues an updated wage determination between the end date of the Base Year and the commencement of Option Year 1, the CO will issue a modification to the contract and the awardee will be afforded an opportunity to adjust its unit prices in accordance with the authorizations granted in FAR Clause 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts). This process will be repeated before exercising each Option Year on contract. EVALUATION OF QUOTATION PACKAGES RECEIVED The contracting officer and his technical counterpart(s)�will evaluate all responsive quotation packages in accordance with the evaluation requirements that will be provided when the RFQ is issued on this website. Some examples of information we will request are: 1) Past Performance History (past three (3) years on similar contracts and complexity); 2) Experience Questionnaire; 3) Key Specialized Personnel; 4) Specialized Equipment; 5) Biobased Products;��and 6) Proof of licensing�to comply with Federal�and State mandates. The solicitation will outline precisely what your company is required to submit to be considered for contract award. The contracting officer will also rely on�the Contractor Performance Assessment Reporting System (CPARS) Assessment Reports, the Federal Awardee Performance and Integrity Information System (FAPIIS), and the System for Award Management (SAM) for�making the final award determination. CONTRACT TYPE SELECTION The awarded contract will be a firm-fixed-price (FFP), multiple year, service contract awarded under the authority of Federal Acquisition Regulation (FAR) Part 13 -- Simplified Acquisition Procedures. ANTICIPATED DATE SOLICITATION WILL BE ISSUED February 24, 2020 ANTICIPATED CONTRACT AWARD DATE April-May 2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/755f32e0524a4575884dbef9997a3120/view)
- Place of Performance
- Address: Colville, WA 99114, USA
- Zip Code: 99114
- Country: USA
- Zip Code: 99114
- Record
- SN05552508-F 20200207/200205230143 (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 |