Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2004 FBO #0970
SOLICITATION NOTICE

F -- Aerial Seeding Willow Burned Area

Notice Date
7/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region/Western Zone, 2324 E McDowell Road, Phoenix, AZ, 85006
 
ZIP Code
85006
 
Solicitation Number
RFQ-R3-WZ-4-71
 
Response Due
7/26/2004
 
Archive Date
10/1/2004
 
Point of Contact
Lorrie Evans, Procurement Assistant, Phone (602)225-5349, Fax (602)225-5295, - George Morrissey, Contracting Officer, Phone 602-225-5342, Fax 602-225-5295,
 
E-Mail Address
ljevans@fs.fed.us, GMorrissey@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Line Item 1 ? 17,000 estimated acres of aerial seeding SCOPE OF WORK: Except as provided under Government Furnished Property, contractor shall provide all fixed-wing aircraft, qualified pilots, fuel, seed handling and loading equipment, safety equipment, transportation, lodging, and meals for their personnel to perform fixed wing aerial seeding on an estimated 17,000 acres over the Willow fire burned area. Contractor will be responsible for all seed loading operations. Movement of grass seed, in and around location operations shall be the responsibility of the contractor. The project is located along the Eastern slope of the Mazatzal Mountains, approximately 20 miles south of Payson Arizona. The project areas range in elevation from 3.500 to 7,000 ft. Government Furnished Property - The Government will furnish the bulk seed. Cereal barley will be applied in the wilderness area of approximately 6,400 acres at the rate of 90 lb/acre, and for non-wilderness areas the mixture rate is 35 pounds per acre consisting of Sand dropseed ? 0.25 lb/acre; Western wheat ? 4.5 lb/acre; Green sprangletop ? 1.25 lb/acre; Cereal barley ? 29 lb/acre Seed will be delivered in bulk hopper box trailers to the Payson Airport, Payson Arizona Project Map ? A map of the project area will be provide upon award of the contract GIS shapefile ? A WGS 84 formatted shapefile, with latitudes and longitudes in degrees and decimals, will be provided upon award of the contract. Staging Area - The project will be staged from the Payson Airport, Payson Arizona. Elevation is approximately 5131 feet. Delivery Schedule - Scheduling is extremely important on this project. In addition to a cost proposal, the Contractor must provide a schedule with a mobilization (start date, duration and stop date), placement period and demobilization/close-out (to include duration). Work will begin on or about July 28, 2004. Work is to be completed within 15 calendars from issuance of Notice to Proceed. Specifications - All aircraft used in this seeding operation shall be equipped with Global Positioning Satellite tracking equipment, fully functional and operating within manufacture specifications, which can map seed application areas and download information for contractor and agency use. Aircraft shall operate in accordance Forest Service Aviation Safety Plan. Copy is available upon request. (602) 225-5328 Application Rate: Approximately 6,400 acres of wilderness will be seeded with Cereal Barley and shall be applied at a rate of 90 pounds/acre in an even distribution on the soil surface. Non-wilderness areas application will be at a rate of 35 pounds/acre. Weather: The contractor shall not seed during any rain event in the treatment area. The contractor is responsible to make all the necessary arrangements for the use of Payson airport facility. Contractor is responsible for unloading of seed delivered to staging area. Contractor is responsible for the storage of seed at the staging area in weatherproof containers. Application will only be made when weather conditions meet FAA visual flight rules (VFR). Flight operations will comply with all applicable Federal Aviation Regulations (FARs) Contractor shall Prevent spread of noxious weed by ensuring all equipment is free of soil, seeds, vegetative matter, or other debris that could contain or hold noxious weed seeds Submittals - Daily Operational Report ? Daily progress reports are required to be communicated to the BAER Implementation Team Leader no later than 2100 hours with the following information. Updated maps indicating the area (acres) within the polygons treated; Total flight time flown (hours). Final Report ? A final report (4 hard copies, one electronic) shall be provided which includes at a minimum - As built project application map. This may be generated by fly-aboard GPS instrumentation or other means, and must delineate all areas covered by the product under this contract; A written report of daily field conditions, application rates and areas covered, site conditions, and any other pertinent data that records the application of the product. Inspection ? Government will monitor application rate for compliance to contract requirements. The Government reserves the right to independently test all supplies provided by the Contractor for the completion of the contract at the Government?s expense. The NAICS code is 115112 with a size standard of $6 million CLAUSES: The provision 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. The provision 52.212-2, Evaluation-Commercial Items applies to this acquisition. Evaluation will be based on PAST PERFORMANCE, EXPERIENCE, EQUIPMENT, and PRICE. Price is equal to technical factors. Offers submitted should include information on the last five previous projects performed that are similar to this project, with client?s name and phone numbers, along with experience of personal who will perform the work, and description of equipment that will be used. Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with offers. The provision at 52.215-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The provision at 52.215-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following clauses in 52.212-5 are checked: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.222-41 Service Contract Act of 1965, as amended. Applicable wage determination No. 1995-0222, revision No. 16, dated 1/16/04 will apply to any resulting contract. This is a 100 percent set-aside for small business concerns. For further information, contact George Morrissey at 602-225-5342. Responses are due 7/26/2004 at 12:00 pm.
 
Place of Performance
Address: Payson, Arizona
 
Record
SN00627465-W 20040723/040721211805 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.