Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2024 SAM #8319
SOLICITATION NOTICE

F -- CERRO MONTOSO CHEMICAL TREATMENT

Notice Date
9/4/2024 8:42:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
NATIONAL INTERAGENCY FIRE CENTER BOISE ID 83705 USA
 
ZIP Code
83705
 
Solicitation Number
140L3724Q0157
 
Response Due
9/18/2024 3:00:00 PM
 
Archive Date
10/03/2024
 
Point of Contact
Whetham, Audrey, Phone: 0000000000, Fax: 2083875414
 
E-Mail Address
awhetham@blm.gov
(awhetham@blm.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
CERRO MONTOSO CHEATGRASS TREATMENT, BUREAU OF LAND MANAGEMENT, TAOS FIELD OFFICE, TAOS COUNTY, NEW MEXICO This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement and attachments constitute the only solicitation; quotes are being requested and a written solicitation will not be issued. Consider this solicitation (140L3724Q0157) as a Request for Quotes (RFQ). This solicitation documents incorporate provisions and clauses in effect through Federal acquisition Circular 2019-03. This solicitation is set-aside for small business. NAICS 115310 - Support Activities for Forestry - Fuels Management Services. The small business size standard is $34.0 million. Product Service Code F014 - Natural Resources / Conservation - Tree Thinning. The resulting purchase order will be a firm-fixed price type contract with a single lump sum payment. (SEE ATTACHMENTS FOR COMPLETE STATEMENT OF WORK, MAPS, WAGE DETERMINATIONS, AND CLAUSES / PROVISIONS.) Approximately 330 Acres x $__________ = $________________ TASKS/TECHNICAL REQUIREMENTS The following tasks for which the contractor shall use in the treatment of the Cerro Montoso Cheatgrass Project (see attached maps): Chemical Application An on-site meeting with BLM personnel and on- site contractor personnel shall be held prior to the implementation of any chemical treatments. Apply the herbicide, Plateau (Imazapic) at a rate of 4oz/acre a pre-emergent. Since, this herbicide is being used as a pre-emergent, the entire 330 acres must be covered at the 4 oz/acre. Application of the herbicide CANNOT cause any ground disturbance. If original application technique is not by hand, then, a follow up application by hand, must occur to get any areas that do not have herbicide applied to them. Contractor must follow all manufacture labels for this chemical. Contractor must meet all requirements to apply herbicide on federal and New Mexico state lands. DELIVERABLES On Site Meeting with BLM and Contractor Final Approval On Site Meeting before any Chemical Application is to Begin PLACE OF PEROFRMANCE The project lies north of Taos. All project boundaries reside within BLM and New Mexico state lands. Grid Coordinates are as follows: Township 29N, Range 11E, Sections, 02, 03, 04, 09 and 10. The Contractor shall NOT block roadways. The Contracting Official shall at any time place certain work restrictions as necessary to the project, for the safety of general public. Before any equipment is brought into the public land project area it shall be washed to remove non-native seeds or any other foreign object debris. Cleaning shall consist of the removal all dirt, grease, debris, and materials that shall harbor noxious weeds and their seeds. Cleaning shall occur away from the project site. Equipment includes Trucks, UTV's, Trailers and Hand-tools PERIOD OF PERFORMANCE Estimated start date is October 1, 2024, with performance time of completion due by October 31, 2024. SPECIAL CONSIDERATIONS MAPS BLM Maps shall show project boundaries and treatment acreage. Geo-referenced PDF Avenza Maps of treatment polygons shall be made available by the BLM. PROJECT SITE ACCESS The contractor shall use existing roads and/or access routes that have been previously approved for vehicle use by the BLM. All access into the project shall be by existing roads or by foot. No vehicle access shall be allowed off established two track roads. Closest amenities (fuel, food and lodging) are approximately 30 miles. Road Conditions may become difficult in wet conditions. BOUNDARIES OF PROJECT AREA Project area boundaries shall be provided as geo-referenced PDF maps for use in Avenza Maps. Contractor may flag project area boundaries as needed (flagging not provided by BLM). The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and provides the best value to the Government on a Lowest Price Technically Acceptable. Quotes are due Wednesday, September 18, 2024, by 4:00 p.m. Mountain Time. Contractors submit quotes by email to awhetham@blm.gov. Note: Any contractor to submit an acceptable quote or be awarded a government contract must be registered and active in the System for Award Management (SAM). Contractors must register at www.sam.gov. Contractor's must submit their Unique Entity ID (UEI) and CAGE code with their quote. UEI ______________________ CAGE ____________________ For further information about this requirement, offerors should contact Audrey Whetham at awhetham@blm.gov. The provisions and clauses attached apply to this solicitation. Contractors Signature _______________ Date: _______________
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c26f84acd314882b51714cdb90c3840/view)
 
Record
SN07197091-F 20240906/240904230111 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.