Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
MODIFICATION

F -- Boulder Deer Road Hydro-Seeding

Notice Date
8/26/2005
 
Notice Type
Modification
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Colville NF, 765 S. Main, Colville, WA, 99114
 
ZIP Code
99114
 
Solicitation Number
AG-05G1-S-05-0008
 
Response Due
9/7/2005
 
Archive Date
9/22/2005
 
Point of Contact
Sharon Gies, Procurement Technician, Phone 509-684-7203, Fax 509-684-7280, - Cathy Van Alyne, Contract Specialist, Phone (509) 684-7114, Fax (509) 684-7280,
 
E-Mail Address
sgies@fs.fed.us, cvanalyne@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment (number 2) addresses some questions, the Government has received. Quotes remain due on September 7, 2005. The fertilizer spec allows both BIOSOL products, the 6-1-3 NPK and the 7-2-3 NPK products. Minimum is 6-1-3 NPK. The Government would accept granular, pellet, powder or liquid lime products provided that the product provides 420 pounds of lime per acre. The Government have had agricultural lime added to organic fertilizer products by the manufacturer in the past and these products have been applied satisfactorily by a hydroseeder in the past. There are approximately 8 slurries worth of fill slopes and the rest of the area to be seeded are cut slopes. The Washington State Department of Transportation web site has a list of local flagging companies at www.wsdot.wa.gov/biz/safety/flaggerinfo/contractors.htm. The Spokane laborers union office is 509-328-6660. Insurance requirements are what are commonly carried by commercial companies. There is no bond on this contract. The notice to proceed will not be issued before 09-26-05. We would allow work to occur on weekends. Amendment (Number 1) changes the specifications requirement for the mulch, see specifications. Quotes remain due on September 7, 2005. 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; quotes are being requested and a written solicitation will not be issued. This solicitation, No. AG-05G1-S-05-0008, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-5. This requirement is 100 percent set-aside for small businesses. The North American Industry Classification System (NAICS) is 561730, with a size standard is $6 million. Both Simplified Acquisition Procedures (FAR Part 13) and Acquisition of Commercial Item (FAR Part 12) methods will be used in determining the award of this requirement. 1. SPECIFICATIONS: The Colville National Forest has a requirement for revegetation (hydroseeding). The work consists of supplying and applying revegetation materials on constructed cut and fill slopes along the Boulder-Deer Road, Ferry County Road 61, Northeast Washington State, Ferry County. The Contractor shall provide for all services, supervision, labor, tools, materials, equipment, transportation, and management necessary to administer and perform the requirement in accordance with these specifications. The project can be reached by traveling west and north on State Route 395 to the junction with Ferry County Road 61 (the Boulder Deer Road), then west on County Road 61 towards Curlew and the project. Note: County Road 61 may be icy in the fall, and is less well sanded than State Route 395. The weather conditions are typical for the mountains of north east Washington. Access off of plowed State and County Roads begins to get snow in October. Freezing temperatures including freezing rain and snow can be expected in the project area. Snow generally melts in the day time at the lower elevations on the project and may not completely melt during the day at the higher elevations, especially in late October. The Boulder Deer Road Seeding drawings and the wage determination referenced are part of this solicitation and any resultant contract. For a copy of the drawings or wage determination, please email to cvanalyne@fs.fed.us and on your request write RFQ AG-05G1-S-05-0008, drawings and wage determination. Application: The Contractor shall apply revegetation materials by the hydraulic method utilizing hydro-seeding equipment capable of providing a uniform application using water as the carrying agent, and capable of reaching the top of cut slopes that are a minimum of 65 feet high. The Contractor shall not apply revegetation materials during rain or snow. The Contractor shall apply revegetation materials so that the application can cure on the slope for 48 hours without rain or snow. The Contractor shall apply revegetation materials between date of award and October 30, 2005. The Contractor shall not seed during windy weather or when the ground is excessively wet, frozen, snow covered, or otherwise untillable. Revegetation materials shall be applied as a slurry mix, according at the following rates: 1. Seed as supplied per acre by the Contracting Officer; 2. Fertilizer, 2000 pounds per acre (in addition to trace element weight); 3. Soil Stabilizer, 80 pounds per acre; and 4. Eco Fiber Mulch, 500 pounds per acre. Revegetation materials include the following: Fertilizer. The Contractor shall furnish a product which provides a nutrient and energy source for soil microorganisms and plant life. Biosol TM is an acceptable product as applied at the rate stated in these specifications. Identification by brand name is intended to be descriptive, not restrictive, and is intended to indicate the quality and characteristics of products that will be satisfactory. Other products meeting the following salient characteristics will also be acceptable: a. Contains a minimum of 6-1-3 NPK time release; b. Biodegradable, non-polluting, nonvolatile, non-toxic, free of weed seed and contains no heavy metals; and c. palletized and bagged for handling. The Contractor shall apply trace elements at the following rates per acre: a. Potasseum, 10 pounds per acre; b. Phosphorous, 35 pounds per acre; c. Magneseum, 15 pounds per acre; d. Sulphur, 20 pounds per acre; e. Boron, 1.0 pounds per acre; f. Zinc, 4.0 pounds per acre; g. Agricultural Lime, 420 pounds per acre. Soil Stabilizer. The Contractor shall furnish a guar-based product which bonds soil particles together to form a transparent, flexible, water-insoluble, porous membrane structure within the topmost soil layers. Rantec Corp. Super Tack is an acceptable material as applied at the rate stated in these specifications. Mulch. The Contractor shall furnish a virgin wood fiber much product with tracer which produces a highly visible green tint to the turf establishment slurry mixture when sprayed on the ground. Eco Fiber is an acceptable material. The product shall have the following characteristics: a. Non-polluting, non-volatile, non-toxic, and leaves no undesirable residues in the soil; b. Does not impair existing vegetative growth; and c. Non-injurious to seeds, human and animal life. Seed. Seed will be provided by the Government and picked up by the Contractor at the work site. Revegetation Material Storage: The Contractor shall store material in a location, and in such a manner that it is protected from degradation from moisture and animal damage. Protect bio-stimulant and soil binder from freezing. The pit floor of the Snowcap Pit, shown in the plans may be used as a staging area. Coordinate storage of materials so as not to block access to gravel stockpiles in the pit. Submittals. The Contractor shall submit the Revegetation Materials Certification five work days prior to start of work. Measurement: The Contractor shall measure application of revegetation materials by the slurry unit. One slurry unit consists of approximately 1,000 gallons of water plus the specified admixtures. Four slurry units contain the materials to cover one acre. No additional payment will be made when the revegetation materials are applied in more than one application, at the option of the Contractor. Traffic Control: The Contractor shall provide ?construction ahead? warning signs, black on orange, 36 inches by 36 inches minimum size, at each end of the project segment being worked on for the day. 1,000 feet prior to the warning vehicles positioned on each side of the area actually being worked on with the hydro-seeder at the time, the Contractor shall provide ?construction equipment ahead? warning signs, black on orange, 36 inches by 36 inches minimum size. Contractor shall install signs in stabilized temporary sign holders at the outside edge of the road shoulder so as to be visible by traffic in the oncoming lane. The Contractor shall remove warning signs at the end of the work day. The Contractor shall provide 2 warning vehicles with amber warning light bar(s) as advanced and following vehicles on the length of road being seeded. The Contractor shall position vehicles in advance of application operations when operations are in progress. The Contractor shall provide 2 way radios for the warning vehicles and the seeding truck to assure constant communication during seeding operations. Warning vehicle operators shall be certified flaggers in the State of Washington. Water Sources: Water sources shown on the plans may need a stand alone pump and hose system to fill the hydro-seeder in a timely manner. The Contactor shall provide a pump and hose system as needed for efficient filling of the hydroseeder. Mobilization: This work consists of moving personnel, equipment, material, and incidentals to the project and performing all work necessary before beginning work at the project site. Mobilization includes obtaining permits, insurance and bonds. Progress payments for mobilization will be paid as follows: A. When 5 percent of the original contact amount is earned from other bid items, 50 percent of the mobilization item or 5 percent of the original contract amount, whichever is less, will be paid. B. When 10 percent of the original contract amount is earned from other bid items, 100 percent of the mobilization item or 10 percent of the original contract amount, whichever is less, will be paid. C. Any portion of the mobilization item in excess of 10 percent of the original contract amount will be paid after final acceptance. Commencement, Prosecution and Completion of Work The Contractor shall be required to (a) commence work under this contract within 5 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 30 calendar days from the notice to proceed. Currently the Government is estimating the Notice to Proceed be issued by September 26, 2005. Quality Assurance and Inspection The Contractor?s work shall be done in accordance with the specifications herein this solicitation (contract) and shall also meet the commercial standards. The Government will do a random sampling. Any work, which does not meet the commercial standards or the specifications as stated herein, shall be rejected and reworked. Payment will not be made until work meets the standards. II. PROVISIONS AND CLAUSES: The following provisions and clauses are hereby incorporated into this RFQ by reference, (full text of the clauses may be accessed electronically at www.arnet.gov/far/): FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation ? Commercial Items (see below for evaluation factors); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items [in paragraph b check 5, 16, 17, 18, 19, 20, 26 and 30 in paragraph c check 1 (wage determination 1977-0209, Revision 32, dated June 27, 2005], and FAR 52.211-18, Variation in Estimated Quantity. Note: CLIN 1 is based on actual quantity. The actual quantity will be determined from measurement of completed work. Contractor will be paid based on actual, completed work. III. QUOTING REQUIREMENTS: Vendors wishing to respond to this solicitation shall provide this office with the following: a price quote on company letterhead for the requested items showing the following: CLIN 1, Supplying and Applying Revegetation, method of measurement is actual quantity, pay unit is slurry unit, estimated quantity is 48, unit price and total price (Note: Pay unit is slurry unit. One Slurry unit consists of approximately 1,000 gallon of water plus specified admixtures. Four slurry units contain enough material to cover one acre.); and CLIN 2, Mobilization, method of measurement is lump sum, pay unit is job, estimated quantity is 1, unit price and total price. Quoters shall provide a listing of contracts completed in the last 3 years of similar work (include project name/identification, contract name and telephone number). Quoters shall provide the list of products used on this project, as well as application rates and also they should provide a description of what equipment (model, make and year) which will be used on this requirement. Quoters shall also list their Taxpayer Identification Number and their Duns Number with their quote. Quoters shall state if they are registered in the Central Contractor Registration (CCR) database which is located at http://www.ccr.gov, and if they are registered in the Online Representation and Certification Application (ORCA) database which is located at http://www.bpn.gov. Quoters who have not completed the annual representation and certifications electronically at the ORCA website, shall also include a competed copy of provision FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their quote. Lack of registration in the CCR will make an offer ineligible for award. IV. AWARD: The result of this procurement will be a firm fixed price contract. The Government will award contract(s) to the responsible offeror(s) whose offer conforming to the solicitation represents the best value to the Government, price and other factors considered. The following factors will be used to evaluate quotations: (1) past performance (customer satisfaction, age of machine, business relations, timeliness of performance), (2) how the proposed products meet or comply with the Government?s requirement, and (3) price. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any quoter. V. QUOTE DUE DATE: Quotes shall be received by September 7, 2005 at 4:00 p.m. Only written quotes (mail, fax copy or hand carried quotes) will be accepted. Mail or hand carry quotes to the following address: USDA Forest Service, Colville National Forest, Acquisition Management, 765 South Main, Colville, WA 99114. Fax number is (509) 684-7280. Quoters shall verify Government receipt of fax copy quotes prior to closing by calling Cathy Van Alyne at (509) 684-7114 or Sharon Gies at (509) 684-7203. All quotes should be clearly marked with the quoter?s name and solicitation number, AG-05G1-S-05-0008. All responsible sources may submit a quote which will be considered. Questions regarding this announcement must e addressed in writing to Cathy VanAlyne by fax at (509) 684-7280 or by email at cvanalyne@fs.fed.us. Please note the solicitation number in the subject of the email.
 
Place of Performance
Address: Ferry County, Washington State
 
Record
SN00880274-W 20050828/050826211804 (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.