Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

99 -- Plant Aquisition Location: Guadalupe River

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
453110 — Florists
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-05-Q-0092
 
Response Due
4/25/2005
 
Archive Date
6/24/2005
 
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. The solicitation number for this project is: W91238-05-Q-0092. This solicitation is being issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 24. This solicitation is a 100% set-aside for small business. The associated North American industry classification system (NAICS) code for this project is 453110 and the size standard is $6 ,000,000. Award will go to the responsible, responsive contractor who submits the lowest overall price. Offerors must complete and submit a copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, along with t heir offer. The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition along with clause 52.212-5, contract terms and conditions required to implement statutes or executive orders, commercial items. For questio ns on this solicitation contact Paul Bagley, phone: 916-557-7220 or e-mail: paul.l.bagley@usace.army.mil Scope of Work: Furnish all labor, material, equipment, and services necessary to deliver the following plants to the project site, Miller/Watts Const ructors, Inc., 200 Ryland St., San Jose, California, NLT April 27, 2005, a quantity of 9,324 Cultivar Manzanita/Pt Reyes Propagule 1 gallon nursery - top growth standards 6 inch diameter. Supervision: The Contractor is responsible for direct supervision of the Contractor's personnel and the personnel of any subcontractors. The Contractor shall provide all quality control for the deliverables. Delivery of Plants: Upon delivery to the project site, all plant material will be observed by the Contracting O fficer or Contracting Officer's Representative (COR) to prevent the acceptance of damaged or otherwise unsuitable plant material. Unacceptable plant material shall be replaced with plants of similar size and species before the start of the plant installat ion at the Contractor's expense. Removal of Unacceptable Plant Material: Plant material not meeting the Contracting Officer's approval shall immediately be removed from the project site at the Contractor's expense. The Contractor shall incur any additio nal expenses required because of material not meeting the requirements of this Scope of Work. Permits: The Contractor shall be responsible for obtaining and paying all fees for any plant collection permits required for this project. Collection and Delive ry Site Conditions: The Contractor is responsible for verifying collection and delivery site conditions before the start of collection. Adjustments necessary to accommodate or to minimize impacts on these conditions shall be made at the Contractor's expe nse. Performance: The Contractor is responsible for collecting, propagating and storage (before delivery to the project site) of the plant material in a healthy and vigorous state according to this Scope of Work and the CORs direction. No material subst itutions will be allowed without written approval from the Contracting Officer. Plant Propagation Material: Plants shall be nursery grown of healthy, vigorous stock free of insects and disease. All plant material shall be propagated to be installed as c ontainer stock. Plants shall be delivered in the containers in which they are grown and shall be grown to the container size indicated. At all times the Contractor shall handle all material professionally to ensure that the plants and planting supplies a re not damaged during storage, handling, and shipping. Insects and Disease: All plant material must be free of insects and disease. The Contractor shall conta ct the Contracting Officer for direction if the collection site is suspected to harbor disease or insect infestations. If a target species is prone to disease, extra effort in surface cleansing during preparation may be requested to retard infection. Rou tine surface cleaning of collected material is expected. The container plants top growth shall be in proportion to its root development. The plant shall exhibit proper form for each species and meet all the stem caliper and branching standards as indicat ed herein. Plants that do not meet all the minimum requirements will be rejected by the Government and shall be the responsibility of the Contractor to secure acceptable material at no additional cost to the Government. The plants shall be in a healthy c ondition without signs of stress, disease, pest or mechanical damage. The plants root system shall have main root or fibrous root system. Primary and secondary roots shall be well developed and be capable of binding the root mass together and retaining i ts shape when removed from its container. Plant Inspection: Immediately after plant material delivery to the project site, the COR, Contractor and the installation contractor shall inspect the plant material for injury, disease, and insect infes?ta?tion. At the Contractor's expense, all plant material problems shall be corrected within 5 days of the date of the initial delivery. The Contractor shall deliver plants to the project site. Coordination of delivery time and location shall be made with the COR Moni Grenwall at (408)-289-8704
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00793608-W 20050423/050421212121 (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.