COMMERCE BUSINESS DAILY ISSUE OF MAY 8, 2001 PSA #2846
SOLICITATIONS
F -- SPRAYING SERVICES (WEED INFESTATION)
- Notice Date
- May 4, 2001
- Contracting Office
- USDA, Forest Service, Lincoln National Forest, 1101 New York Avenue, Alamogordo, NM 88310-6992
- ZIP Code
- 88310-6992
- Solicitation Number
- RFP-R3-08-03-01
- Response Due
- May 16, 2001
- Point of Contact
- Cesar T. Fausto, Contracting Specialist, Ph. 505-434-7367, FAX 505-434-7218
- Description
- This is 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The USDA, Forest Service, Region 3, Lincoln National Forest, located in Southern New Mexico, plans to award a multi-year, Firm Fixed Price Commercial Service Contract for the spraying of noxious weeds. RFP-R3-08-03-01 will be issued as a Request for Proposal. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-24. This will be set aside for a small business with an NAICS Code of 115310. This will be a four (4) year contract with three (3) line items. Each line item will be unit of issue per acres charge. Line Item No. 1: Noxious weed treatment of an estimated 1640 acres in the Lincoln National Forest. Line Item No. 2: Noxious weed treatment of Scott Able burn area on the Sacramento Ranger District estimated at 300 to 500 acres per year(approximately 1200-2000 acres). Line Item No. 3: Noxious weed treatment of an estimated 2000 acres located on the Sacramento Ranger District. This area will be varied topography ranging from relatively flat meadow bottoms to moderately steep slopes that may require hand treatment. Four wheel drive equipment may be needed to access some of the treatment areas. It is required that a bid be submitted with a price per acre of treatment for each line item. Please note that the quantities of acres are only estimates. Treatment will be on various populations of designated noxious weeds. Herbicides will be provided by the Forest Service and water will be available at various sites. Offeror must have a valid current New Mexico State applicator's license, and meet all regulations established by the NMDA for licensed pesticide contractors. Offeror must present NMDA Pesticide Applicator's License and certificate of insurance. Herbicides will be applied in accordance with label directions and meet all requirements for legal applications as well as those listed in the Noxious Weed Environmental Assessment. Offeror will have adequate and appropriate equipment to complete project, this includes adequate personal protective gear and first aid equipment to provide for the safety of the applicator and employees. All equipment used by the vendor will be in good working order and be safe to complete the project. If at any time, unsafe conditions are discovered by the Government, activities related to the problem will cease until these conditions no longer exist. Offeror must notify the Government after completing a site and before continuing to the next site, since monitoring of certain sites will be required by a Forest Service Officer before and after treatment. Offeror will adhere to directions given by the Government within and around buffers established by the Government appropriate sites. Offeror will keep a daily log containing hours worked, date of applications, site weather conditions, hericide used, formulation and approximate area treated. Spraying will not occur during a rain episode or when rain is imminent. Spraying will not occur within 2 days of a soil saturation rain, or when soil surface is too wet for effective application. Spraying will occur when winds are 5 miles an hour or less. The following clauses and provisions will be incorporated by reference for this solicitation; Provision at 52.212-1, Instrucions to Offerors-Commercial, Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, apply to this acquisition. Contractors will provide bids on the entire project. Contractor will be allowed to use only four (4) herbicides: clopyralid, picloram, glyphosate, and dicamba. Glyphosate only will be used near live water or riparian vegetation. In Wilderness areas backpack sprayers may be used. Once a contract has been awarded, a schedule of dates and times when spraying is expected at each site will be provided to the awardee. Spraying will be limited to two areas per day per applicator for backpack spraying and 100 acres per day for vehicle-mounted spraying. Acres will be defined by prescription of application. Payment for the awardee will be by Electronic Transfers. The RFP due date is May 16, 2001 at 1600. Cesar Fausto, Contracting Specialist, may be contacted at 505-434-7367 to answer any questions.
- Record
- Loren Data Corp. 20010508/FSOL004.HTM (W-124 SN50L289)
| F - Natural Resources and Conservation Services Index
|
Issue Index |
Created on May 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|