SOURCES SOUGHT
F -- JHL Vegetation Spraying
- Notice Date
- 4/17/2020 1:12:24 PM
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF20RSS31
- Response Due
- 5/1/2020 10:00:00 AM
- Archive Date
- 05/16/2020
- Point of Contact
- Chandra D. Crow, Phone: 5095277202, Brooke Moore, Phone: 5095277913
- E-Mail Address
-
chandra.d.crow@usace.army.mil, brooke.n.moore@usace.army.mil
(chandra.d.crow@usace.army.mil, brooke.n.moore@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources, for a service requirement entitled: ""Vegetation Services for Jackson Hole Levee"" for award of an Indefinite Delivery Indefinite Quantity base contract plus four option years. This is scheduled to be issued as a Commercial Firm-Fixed-Price Service Contract. The purpose of this sources sought is to determine interest and capability of potential qualified small businesses relative to the North American Industry Classification code (NAICS) 561730. The Small Business size standard for this NAICS code is $7.5 Million. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS: (1) Your intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number or a copy of your System for Award Management (SAM) information (4) Confirmation statement of firm's small business status (5) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in similar work, up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than three pages in length. Firms responding to this sources sought synopsis, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition. Where to send responses U.S. Army Corps of Engineers 201 North Third Avenue ATTN: Contracting/Chandra Crow, Walla Walla, WA 99362 Phone: (509) 527-7202 Fax: (509) 527-7802 E-mail: chandra.d.crow@usace.army.mil. Response deadline: 01 May 2020 at 10:00AM. (Pacific Time Zone). Place of Performance: Work will be performed at Jackson Hole Levee in Wyoming. Description of the Requirement: The Contractor shall furnish all necessary labor, equipment, supplies, materials, licenses, permits, transportation, training, and supervision to satisfactorily perform all work required by this contract in the manner and frequencies specified. The purpose of this contract is to eradicate all woody vegetation less than six feet tall and any noxious weeds on the prism of the levees within the Jackson Levee Project. The work will be performed at the areas described in this contract and shown on the attached maps. All work will be performed on/within the Jackson Project Levees located near Jackson, Wyoming. There are approximately 33 miles of levees within the project boundaries on the Upper Snake River and Lower Gros Ventre River. The northern project boundary begins south of Moose, Wyoming. The southern project boundary is at the Highway 89 Bridge over the Snake River, south of Jackson. The work will include mobilization/demobilization, submittals, pesticide spraying for woody vegetation control (less than 6 feet in height) on levees, the Quality Assurance inspection thirty days after applications, removal of all dead woody vegetation within 10 days of quality assurance inspection of dead vegetation, and spraying to eradicate noxious weeds. SUMMARY OF WORK The Contractor shall provide all personnel, materials, supplies, and other items and services necessary to perform pesticide application as defined in this Performance Work Statement (PWS). The Contractor must perform to the standards enumerated in this contract. The levees are only available for spraying between May and November of each year. No spraying is allowed near bald eagle nests prior to August 15, per paragraph 6.3 above. WOODY VEGETATION SPRAYING There are 33 miles of levees at Jackson Hole to be treated as part of the contract over a five (5) year period. This creates approximately 174 spray sections of 1000 feet each within the three (3) application zones described below. All applications shall be made via spot spraying. No other means of application are permitted; such as broadcast, blanket, or boom spraying etc.� Conditions must be in accordance with Pesticide Label, and wind speed during application must be less than 5 mph. Contract bid lines are divided into three (3) zones, listed and described below and shown on Sheet C-301 of the plans. Zone 1- Levee crest and riverside slope of levee, from the landside of the levee crest down to water�s edge. The average zone width is 50 feet. Zone 2- Riverside toe of levee, 6 feet horizontal distance from toe of slope toward the river channel (over levee toe), in dry areas only. The zone average width is 6 feet. Zone 3- Landside of levee, from levee crest down to toe of the slope. The average zone width is 25 feet. Within the identified zones there are three types of woody vegetation cover classes based on woody vegetation less than 6 feet in height. The cover classes are listed below: Class I- < 10% coverage of woody vegetation within a 1000 feet section Class II- 10% to 30% coverage of woody vegetation within a 1000 feet section Class III- 30% to 50% coverage of woody vegetation within a 1000 feet section. Contractor shall spot spray pesticide treatment to kill all woody vegetation less than 6 feet in height within the designated zones. Each application will be done per the agreed schedule and be completed within 15 days of the agreed date. Quality Control: 30 days after a pesticide application within a spray section the Contractor shall perform a quality control inspection to determine effectiveness of application. If the Contractor does not achieve the AQL of 95% of targeted plants dead within 30 days of application, the Contractor shall reapply at their expense to achieve the AQL of 95%. Quality Assurance: After notification from the Contractor that a sprayed area has achieved an AQL of 95%, and prior to removal of dead vegetation by the contractor, the QAR will perform quality assurance of the sprayed area to validate the Contractor�s performance. Pesticide Tracer�� Contractor shall use a color tracer on all pesticide applications.� This is to aid in the performance of Quality Control/Quality Assurance. DEAD VEGETATION REMOVAL. The Contractor shall remove all dead woody vegetation less than 6 feet in height within 10 days after the QAR performs quality assurance of pesticide application of a spray section. Removal of vegetation includes cutting dead vegetation less than 6 feet in height down to ground level and removal and disposal of the dead vegetation from the levee project in a manner legal with all federal, state, and local regulations. Note: The Contractor is not required to remove dead sagebrush from the work site. SPRAYING FOR NOXIOUS WEEDS There are 33 miles of levees at Jackson Hole to be treated as part of the contract over a three year period. This creates approximately 1740 spray sections of 100 feet each within the application zone described below. All applications shall be made via spot spraying. No other means of application are permitted; such as broadcast blanket, or boom spraying etc.� Conditions must be in accordance with Pesticide Label, and wind speed during application must be less than 5 mph. The contract bid line for the spraying of noxious weeds is for a single zone of up to 96 feet in width, in 100-foot sections on the dry land of the levee profile (see Sheet C-301 of the plans). No in-water spraying will be performed under this contract. This zone extends on the river side up to 6 feet from the river side toe of slope, toward the river channel.� On the land side, this zone extends up to 15 feet from the land side levee toe.� Contractor shall spot spray pesticide treatment to kill all noxious weeds within the contracted area. Each application will be done per the agreed to schedule and be completed within 15 days of the agreed date.� Following is a list of noxious weed species (list not all inclusive) typically found in the region of this project.� This is for informational purposes only, and the Contractor is responsible for control of all noxious weeds.�� a. Spotted Knapweed b. Dalmatian Toadflax c. Musk Thistle d. Canada Thistle e. Bull Thistle f. Common Mullein g. Black Henbane h. Houndstongue i. Saltcedar (tamarix) j. Perenial Pepperweed k. Yellow Toadflax l. Common Tansy m. Russian Knapweed n. Field Scabious o. Sulpher Cinquefoil p. Oxeye Daisy Quality Control: 10 days after a pesticide application within a spray section for the control of noxious weeds, the Contractor shall perform a quality control inspection to determine effectiveness of application. If the contractor does not achieve the AQL of 100% of targeted plants dead within 10 days of application, the Contractor shall reapply at their expense to achieve the AQL of 100%. Quality Assurance: After notification from the Contractor that a sprayed area has achieved an AQL of 100%, and prior to removal of dead vegetation by the Contractor, the QAR will perform quality assurance of the sprayed area to validate the Contractor�s performance. Period of Performance: The period of performance will be for one (1) Base year of 12 months and four (4) option years of 12 months. The period of Performance reads as follows: Base Year: 07/01/2020-06/31/2021 Option Year 1: 07/01/2021-06/31/2022 Option Year 2: 07/01/2022-06/31/2023 Option Year 3: 07/01/2023-06/31/2024 Option Year 4: 07/01/2024-06/31/2025 Task Order Processing Procedures: When the Government requires work under this contract, the Contracting Officer within the Walla Walla District will issue a Task-Order Request for Proposal (RFP) directly to the Contractor. The task-order RFPs will include a statement of work describing the work to be performed, any special instructions and conditions, and a completion schedule for the project. The Contractor shall prepare a proposal in accordance with the requirements of the task-order RFP and this contract. The Contractor shall respond as stated in the RFP, by submitting a proposal to the Contracting Officer. The proposal shall use the rates in the applicable portion of the pricing schedule and contain detailed pricing information which will support proposed labor hours, material quantities and costs, and any other associated costs that may be required during work performance The Contracting Office may, upon agreement as to the price and time required for the project, issue a Task Order. In the event that the negotiation for price and time cannot be concluded to the mutual agreement of both parties, the Government may decline to issue a Task Order and the Contractor will not be entitled to any costs resulting from non-issuance of the Task Order under this clause. Task Order Proposal Requests (TOPR) will be sent electronically to the SATOC contractor: Prices will be in accordance with the base contract Price Schedule. TOPR will detail quantity, delivery location, and will be used to establish delivery timeline.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5cce4b950afd43afb03bf50bcfa803d7/view)
- Place of Performance
- Address: Walla Walla, WA 99362, USA
- Zip Code: 99362
- Country: USA
- Zip Code: 99362
- Record
- SN05625230-F 20200419/200417230148 (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 |