Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2003 FBO #0580
SOLICITATION NOTICE

F -- Invasive Plant Species Management Plan

Notice Date
6/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
DAHA06-03-Q-0014
 
Response Due
7/21/2003
 
Archive Date
9/19/2003
 
Point of Contact
Diana Marini, 860-524-4873
 
E-Mail Address
USPFO for Connecticut
(Diana.Marini@ct.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial services 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; quotes are b eing requested and a written solicitation will not be issued. A Firm Fixed Price contract is anticipated. The solicitation number is DAHA06-03-Q-0014 and is issued as a Request for Quotes (RFQ). SIC code is 0782, NAICS code is 561730, with size standard of $6 MIL. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. The proposed contract is 100% set aside for small business concerns. The quoter must state their business size in their quotation. The Connecticut Army National Guard requires the performance of identifying and eradicating invasive plant species at Stones Ranch Military Reservation, East Lyme, CT 06333. The contractor shall provide all labor, materials, equipmen t, quality control, transportation, supervision and safety, necessary to identify and eradicate invasive plant species. Several of these species need to be sprayed or removed for two consecutive growing seasons for effective removal. The re-visiting of ea ch site for monitoring of invasive species decline and subsequent re-spraying will be necessary. The Invasive Species Management Plan includes twelve sites at Stone’s Ranch Military Reservation ranging from two to ten acres each for an approximate ar ea total of fifty acres. Major Requirements: Task 1, Pre-Performance Meeting, the Contractor shall meet with Environmental Division Staff and Stones Ranch Range Control staff regarding exact site locations of species management and removal. Task 2, Sprayi ng, identify and spray approximately 50 acres on Stone’s Ranch Military Reservation with an approved herbicide to remove the following species during the growing season of 2003: Oriental bittersweet (Celastrus orbiculatus); Autumn olive (Elaeagnus umb ellate); Poison ivy (Toxicodendron radicans); Multiflora rose (Rosa multiflora); Japanese barberry (Berberis thunbergii); Garlic mustard (Alliara petiolata). Oriental bittersweet and poison ivy vines shall be girdled with a chainsaw or other hand tools. Autumn Olive shall be hand cut at the base of each stem in late August or September. Glyphosate shall be sprayed immediately onto the stump. Task 3, Monitoring, during early summer 2004, the areas treated for invasive species during the 2003 growing seaso n shall be monitored for success of the treatment. A report shall be filed with the Environmental Division prior to initiating any follow-up treatment. Task 4, Follow-up Treatment, all areas requiring follow-up will be treated during the 2004 growing seaso n. Task 5, Material Safety Data Sheet, a Material Safety Data Sheet (MSDS) will be provided 48 hours prior to spraying or other treatment. No spraying will be permitted until the MSDS is received. Deliverables: Two reports shall be submitted to the Envir onmental Division. Report 1 shall include: a description of all areas sprayed or treated, invasive species found on each site, approximation of each species’ abundance, and methods and dates of treatment. This report shall be submitted in late Septemb er 2003. Report 2 shall be an evaluation of the 2003 treatment success, shall be conducted during June 2004, and shall include: invasive species found on each site, an approximation of each species’ abundance, and recommended methods and dates of add itional treatment. This report shall be submitted in late June 2004 and shall be used for follow-up treatment decisions. Work under this Scope will be initiated in July 2003 and be completed by late September 2004. The contractor must possess valid Connec ticut state commercial pesticide applicator’s licenses and permits. This synopsis/solicitation along with the Scope of Work is available on the USPFO for C onnecticut Solicitations Website at the following url http://www.ct.ngb.army.mil/ebs/AdvertisedSolicitations.asp. The provision of FAR 52.212-3, Offeror Representations, applies to this RFQ. A COMPLETED AND SIGNED COPY of this provision shall be submitte d with all offers. The following Federal Acquisition Regulations (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, a 10% ev aluation adjustment applies; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 252.204-7004, Required Central Contractor Registration. Registration in the Central Contractor Registration (CCR) Database is a requirement for award, www.ccr.gov. You can visit the web-site at www.arnet.gov/far for the provisions and clauses needed for this synopsis/solicitation. PHONE CALLS ARE DISCOURAGED in response to this notice, e-mail address is provided below. Offers must be submitted to the USPFO for Connecticut, Purchasing and Contracting Office, ATTN: Diana Marini, 360 Broad Street Hartford, Connecticut 06105-3779 or via fax (860)524-4874 or e-mail, diana.marini@ct.ngb.army.mil. Not Later Than 2:00 PM, July 21, 2003.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA06/DAHA06-03-Q-0014/listing.html)
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3795
Country: US
 
Record
SN00360930-F 20030702/030630221705 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.