Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2012 FBO #3903
SOLICITATION NOTICE

F -- Aerial Herbicide Application (Invasives)

Notice Date
7/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GR1875 CENTURY BOULEVARDSUITE 310ATLANTAGA30345-3310US
 
ZIP Code
00000
 
Solicitation Number
F12PS00650
 
Response Due
8/17/2012
 
Archive Date
9/16/2012
 
Point of Contact
Vincent Chua
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items and an award will be made in accordance with FAR Part 15, Contracting by Negotiation. This is combined synopsis/solicitation is notice that the Fish and Wildlife Service (FWS) has issued a Request for Proposal (RFP) for Aerial Herbicide Application for the control/treatment of Old World climbing fern (Lygodium microphyllum) infestations within delineated project boundaries of the A.R.M. Loxahatchee National Wildlife Refuge (NWR) in/near Boynton Beach, Florida. The Contractor will apply the appropriate herbicide and adjuvant on approximately ≥ 4,000 acres of Lygodium needing treatment. The delineated project unit is the southern half of the Refuge south of the sign-line. All visible Lygodium infestations ≥ 50% cover on islands 0.25 acres or larger are to be targeted. The Contractor will apply sufficient herbicide to control 95% of all vegetation. Herbicide will be applied to areas that have been pre-defined and mapped within the US Fish and Wildlife Service (USFWS) geographic information system (GIS) database. Contractor shall furnish or obtain all herbicide chemicals, labor, materials, equipment (i.e. helicopter), tools, transportation, supervision, permits, and supplies and perform all work necessary for the delivery/performance of this requirement. The period of performance shall be on or about September 4 thru September 28, 2012. The Technical Site Representative contact is lisa_jameson@fws.gov. Contractor qualifications must include but not limited to the crew supervisor being certified by the Florida Department of Agriculture and Consumer Services in the Forestry, Right-of-Way, Aquatic or Natural Areas Manager pesticide categories; possess a minimum of five years experience in the field identification and current control technologies of aquatic and land invasive exotic plants common to Florida; knowledge of ecological principles related to vegetation management; knowledge of data organization and global position mapping (GPS) techniques; and ability to operate and do field maintenance of aircraft, vehicles, and equipment. This action is being solicited as a total small business set-aside under the North American Industrial Classification System (NAICS Code) 115310 (Support Activities for Forestry); Size Standard: $7 million. A firm-fixed price commercial contract order will be issued. The proposal(s) will be evaluated based on the following evaluation factors: Factor 1 - Technical Capability to include Work Plan/Technical Approach, Quality Control Plan, Workload Capacity, Staffing and Equipment, and Past Experience (i.e. experience with aerial treatment of invasive and/or non-native invasive plant species, personnel qualifications, identification of key personnel, and experience effectively managing aerial herbicide spraying projects); Factor 2 - Past Performance; and Factor 3 - Price. When the proposal is evaluated as a whole, Factor 1 and 2, when combined, are significantly more important than Factor 3. The importance of price will increase if offerors are considered essentially equal in terms of technical capability or if price is so significantly high as to diminish the value of the proposal's technical superiority to the government. Proposals shall be submitted in accordance with Sections L and M of the solicitation. A formal site visit has been scheduled for Thursday August 9, 2012 at 9:00 a.m. Eastern Time at the A.R.M. Loxahatchee NWR, Boynton Beach (Palm Beach County), Florida. For site visit details, you may contact lisa_jameson@fws.gov or 561/735-6025. There is a limit of two (2) people per Contractor for the site visit. You may view and apply (after registering in FedConnect if applicable) to this RFP on or after that date at: https://www.fedconnect.net/Fedconnect/PublicPages/PublicSearch/Public_Opportunities.aspx Once in the website, enter the solicitation number (F12PS00650) or title (Aerial Herbicide Application) in the search criteria field. Offeror should submit price per acre: $________/acre (along with their supporting documentation and proposal). Quotes/proposals may be submitted either by e-mail (to bryan_hagood@fws.gov), thru FedConnect, hand-carried, or by mail. No faxed quotes allowed. The Government reserves the right to issue a single award, multiple awards, or no award to an offeror/offerors that is/are responsible and provides the best overall value to the Government based on lowest price technically acceptable for each line item. Contractor shall submit the following items, but not limited to: a. Standard Form 1449 b. Line Item Summary/Bid pricing c. Bidders Questionnaire of Responsibility d. Past Performance Survey and Past Experience & References forms e. Evaluation Factors information (i.e. work plan, quality control plan, workload capacity, aircraft type, etc.) f. ORCA (52.212-3 or copy of on-line registration). *Must be registered electronically on-line prior to award. g. CCR (copy of on-line CCR registration and/or provide DUNs #). *CCR must list NAICS code: 115310 (Support Activities for Forestry) *Please review the evaluation factors for award under the FedConnect solicitation (# F12PS00650) and submit all required information. https://www.fedconnect.net/Fedconnect/PublicPages/PublicSearch/Public_Opportunities.aspx All proposals/offers must be received at this office no later than August 17, 2012, 4:00 PM Local Eastern Time. You must be fully and actively registered in the Central Contractor Registration (CCR) and the On-line Representations and Certifications Application (ORCA) systems at that close of this RFP. If you fail to comply with this requirement, you may lose consideration for contract award. The web address to register/maintain registration and obtain more information for CCR is as follows: http://www.ccr.gov/Contractors.aspx. The web address to register/maintain registration and obtain more information for ORCA is as follows: https://orca.bpn.gov/. NOTE: Contractors CCR record must list NAICS code: 115310. CAUTION: This solicitation is issued electronically, as will any amendments thereto. Thus, the Government is under no obligation and is in fact unable to maintain a bidder's mailing list. It is therefore the responsibility of any interested parties to obtain any amendments that may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for proposal receipts may render your offer non-responsive and result in the rejection of it. Telephone requests will not be accepted. All proposals/offers must be received at this office no later than August 17, 2012, 4:00 PM Local Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00650/listing.html)
 
Record
SN02820358-W 20120801/120731000339-5dcfe1b3158d3b9eb9c96cbfa6ec3f13 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.