Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

F -- Aerial Seeding

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
F3F3CV6240A100
 
Response Due
9/19/2006
 
Archive Date
10/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 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. (ii) Request for Quote (RFQ) F3F3CV6240A100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and through Department of Defense Acquisition Regulation Change Notice 20060908. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 115112; Small Business Size Standard: $6.5 MIL. (v) CLIN (0001) Provide 225 Pure Live seed pounds of Artemisia tridentata wyomingensis (Wyoming big sagebrush) according to attached Statement of Work. CLIN (0002) Aerially seed 225 PLS lbs of Wyoming big sagebrush on 900 acres on Juniper Butte Range according to Statement of Work using fixed wing or rotary aircraft. (vi) FOB-Destination for delivery to: Juniper Butte Range in accordance with Statement of Work. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires(THIS IS FOR INFORMATION ONLY, IT IS NOT A WAGE DETERMINATION: Employee Class Monetary Wage-Fringe Benefits: GS-11, Airplane Pilot, $24.90/hr); FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer?Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.232-7003 Electronic Submission of Payment Requests, and AFFARS 5352.201-9101 Ombudsmen (see below POC only for concerns involving this clause) **Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: david.glowaacki@langley.af.mil** (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiii) Numbered Note: Include numbered note 1 only. (xiv) Quotes must be emailed to (A1C Karl A. Knott, karl.knott@mountainhome.af.mil), or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 19 September 2006. STATEMENT OF WORK FOR FY 2006 AERIAL APPLICATION OF SAGEBRUSH SEED FOR MOUNTAIN HOME RANGE COMPLEX, JUNIPER BUTTE RANGE, IDAHO 1.0 INTRODUCTION 1.1. Background The United States Congress withdrew lands at Juniper Butte in southwestern Idaho from the public domain (Juniper Butte Range Withdrawal Act, Public Law 105-261) for the exclusive use of the Air Force (USAF). Juniper Butte Range (JBR) is approximately 12,000 acres in size and is located in southeastern Owyhee County. Responsibility for land management requires the 366th Fighter Wing to be active managers of the natural resources contained on JBR. JBR has previously burned, the last time in 1998. In 2006, a fire was started on JBR that burned approximately 900 acres in mixed rabbitbrush/sagebrush and mixed native and seeded perennial grasses. In order to prevent the spread of noxious weeds, conserve slickspot peppergrass, achieve compliance with State and Federal noxious weed laws, as well as Air Force Instructions, the Final Integrated Natural Resources Management Plan (INRMP) for Mountain Home Air Force Base (MHAFB), Small Arms Range (SAR), Saylor Creek Range (SCR), Juniper Butte Range (JBR), and MHAFB Training Range Complex Sites (Jan 2004), and to ensure good land stewardship, the Air Force is seeking off site support to: Purchase, receive shipment of, and store in a climate controlled facility until needed, 225 pure live seed (PLS) pounds (lbs) of Wyoming Big Sagebrush seed (Artemisia tridentata wyomingensis). Aerially apply, using fixed wing or rotary aircraft, 225 PLS lbs of Wyoming Big Sagebrush seed on 900 acres on JBR at a rate of 0.25 PLS lbs per acre. This statement of work describes this need. 1.2 Scope of Services This statement of work is being prepared to describe the effort to rehabilitate the 900-acre JBR fire in June 2006. Contractor shall provide all personnel, supplies, materials, water, vehicles, aircraft, seed, and equipment in performance of the Tasks included in this SOW, Section 3.0. 1.3 Applicable Regulations EO 13112 Invasive Species 3 Feb 1999; Federal Noxious Weed Act of 1974 (P.L. 93-629) (7 U.S.C. 2801 et seq.) as amended by the Food, Agriculture, Conservation and Trade Act of 1990, Section 1453["Section 15, (a) (3)]; CFR Title 32, Volume 1, Part 190 National Defense; Idaho Code Title 22, Chapter 24 Noxious Weeds; 7 CFR Chapter 3 Part 360, Noxious Weed Regulations; AFI 32-7064 Natural Resource Management; AFI32-1053 Pest Management; DODI 4150.7 DoD Pest Management. Hard copies are available upon request. 1.4 Government Furnished Materials GPS coordinates for acreage to be treated. USGS topographic maps or other USAF created maps. Contact POCs for coordinating airspace scheduling and range access. 2.0 PROJECT ADMINISTRATIONS AND MANAGEMENT 2.1 Point of Contact Contract Administrator: A1C Karl A. Knott phone: (208) 828-3119 fax: (208) 828-2658 email: karl.knott@mountainhome.af.mil 2.2 Meetings Contractor shall convene a pre-work meeting at Mountain Home AFB fifteen working days prior to commencement of work (See Section 8.0) with USAF representatives to brief specifics of work. A Contractor quality control plan shall be submitted and include the following as a minimum: a task time line and specifics of areas on USAF controlled properties where the Contractor shall need access. The contractor shall also formally request primary and backup airspace use times at this meeting. TPM will coordinate airspace use requests with Operations Group and Airspace Scheduling/Airspace Management. 3.0 STUDY AND ANALYSIS ACTIVITIES All Tasks outlined in Section 3 shall conform to the following: 1. All seed bought for this contract must comply with the following. If seed specifications listed below cannot be met, contractor selection will be based on closest to complying with these targets. Germination greater than 65%. Purity greater than 50%. No Idaho State listed noxious weeds found. Other weeds less than 1% by weight. Contractor must present results and date of germination test on seed, as well as information on the origin, purity, weeds species found, and other common seed information to TPM prior to seed purchase. TPM can refuse any lot of seed based on inferior germination, inferior purity, unacceptable contamination, wrong species of seed, or other factors that would make the seed inferior or introduce unacceptable weeds to the site. Contractor will purchase seed in Pure Live Seed Pounds (PLS lbs). For example, if 100 PLS lbs of sagebrush seed is needed, and the germination rate of the seed is 85%, the total weight of seed needed to provide 100 PLS lbs would be 117.85 lbs. The formula is: # of PLS lbs desired divided by the germination rate of the seed equals the PLS lbs. 100 ? 0.85 = 117.85 Most seed companies provide pricing for PLS lbs. 2. Contractor will ensure that qualified operators operate all equipment. 3. Aerially seeding on JBR will be done around the existing flying schedule. Range operations will not shut down for activities listed in the Tasks. Range times will be made available to the Contractor no earlier than two weeks in advance of the open range time. There is no explicit promise made herein for Contractor access on consecutive days, weekdays, or full 8-hour days on JBR or in the Mountain Home AFB Military Operating Areas (MOAs). Contractor shall be required to perform seeding on weekends to take advantage of possible open range times. 4. All equipment used on JBR must be thoroughly cleaned prior to aerially seeding. Seeding equipment will be cleaned prior to use in the MHAFB MOAs to remove all mud, debris, and seeds. 5. Contractor shall be responsible for accepting delivery of seed, storing seed in a climatically controlled environment that will maintain seed viability, and transporting seed to location where seeding will take place. Contractor shall be responsible for supplying all equipment and personnel required for off-loading seed at locations. 6. Contractor shall properly dispose of all wastes generated during all Tasks. TABLE 1: TASKS Task 1 Purchase, receive shipment of, and store in a climate controlled facility until needed, 225 pure live seed (PLS) pounds (lbs) of Wyoming Big Sagebrush seed (Artemisia tridentata wyomingensis). Task 2 Aerially apply, using fixed wing or rotary aircraft, 225 PLS lbs of Wyoming Big Sagebrush seed on 900 acres on JBR at a rate of 0.25 PLS lbs per acre. Task 3 Provide aerial seed application summary report. 3.1. Task 1-- Purchase, receive shipment of, and store in a climate-controlled facility until needed, 225 pure live seed (PLS) pounds (lbs) of Wyoming Big Sagebrush seed (Artemisia tridentata wyomingensis). Contractor shall purchase appropriate seed as described in 3.0. Contractor will receive shipment of seed. Storage will not be available on MHAFB or JBR. Contractor will store seed in an appropriate climate controlled facility to maintain seed viability until seed is aerially applied on JBR. Contractor shall purchase 225 PLS lbs of Wyoming Big Sagebrush. Deliverables. Contractor must present results and date of germination test on seed, as well as information on the origin, purity, weeds species found, and other common seed information to TPM prior to seed purchase. TPM can refuse any lot of seed based on inferior germination, inferior purity, unacceptable contamination, wrong species of seed, or other factors that would make the seed inferior or introduce unacceptable plant species or plant pests to the site. 3.2 Task 2-- Aerially apply, using fixed wing or rotary aircraft, 225 PLS lbs of Wyoming Big Sagebrush seed on 900 acres on JBR at a rate of 0.25 PLS lbs per acre. Contractor shall aerially apply 225 PLS lbs on 900 acres on JBR at a rate of 0.25 PLS lbs per acre. Inert, non-living, organic filler may be combined with seed to promote proper seeding rate. Filler must be approved by TPM prior to use. Seeds, grain, or potentially living organic matter will not be used as filler. Filler must be biodegradable within 1-2 growing seasons. Seed will be aerially applied by aircraft in October-December timeframe to take advantage of fall rains or snow. Deliverables. See next Task. 3.3 Task 3-- Provide aerial seed application summary report. All efforts to complete the tasks shall be summarized and documented. A short (5-10 page), but detailed and concise report shall be prepared and submitted for approval. Contractor will make any recommended changes as requested by the TPM. Draft report shall be submitted no later than 4 weeks after completion of Tasks 1 and 2. The TPM shall have 2 weeks to review the report and will submit required changes to the Contractor. Contractor shall incorporate suggested changes, supply any additional information requested, and produce a final summary report no later than 2 weeks after receiving TPM comments on the draft report. If no comments on the draft report are forthcoming, the draft will be considered the final report. Deliverables. A draft summary report will be submitted no later than 4 weeks of completion of Tasks 1 and 2. A final summary report shall be submitted no later than 4 weeks after the submittal of the draft. 4.0 DELIVERABLES TABLE 2: DELIVERABLES Deliverable Task SOW Paragraph Draft Copies and Date Due Final Copies and Date Due Seed information Task 1 3.1 Prior to seed purchase N/A Summary report Task 3 3.3 One copy NLT 4 weeks after completion of Tasks 1 and 2 Two copies NLT 4 weeks after submitting draft report 4.1 Reports See Deliverables, Task 3, para 3.3, and Table 2. 4.1.1 TPM Review A period of 2 weeks shall be provided for the TPM to review the report from Task 3. If TPM makes comments requiring changes, Contractor will make recommended changes as requested and resubmit 2 final copies of the report to TPM in 4 weeks. 4.2 Progress Reports Contractor shall provide weekly verbal progress reports to TPM by phone. Progress reports shall consist of verbal communications about weekly activities and findings. 4.3 Site Access Site access is to be under USAF control. Notification is to be provided to 366 CES/CEVA 3 weeks in advance if access is needed to USAF controlled lands, specifically Juniper Butte Range and MHAFB MOAs. JBR can only be accessed as scheduled around the flying schedule, to be provided to the Contractor by TPM 2 weeks prior to scheduled range time. Written reports shall be submitted by the Contractor to the Contracting Officer to document any hindrances to the performance of this contract. 4.4 Duty Hours Duty Hours shall be any of the hours, and not necessarily consecutive hours, between the hours of 0600-2000 MST any day of the week, excluding federal holidays, to facilitate execution of the contract. Weather and flight schedules shall dictate the hours the contract can be performed. Access to USAF sites may be limited and may occur on non-consecutive days, or portions of non-consecutive days. Because the flight schedule is generated only two weeks in advance, close coordination with the TPM is necessary to access JBR. Only short blocks of time shall be available on some days, to be determined by the flight schedule. There may be consecutive whole or partial days during the contract performance period in which no work can take place. 4.5 Equipment All vehicles are to remain on established roadways at all times. Contractor is responsible for the safe operation of all vehicles, aircraft, and equipment. 5.0 STAFF ORGANIZATION AND RESPONSIBILITIES 5.1 Contractor Provided Materials The Contractor shall provide all necessary personnel, supplies, materials, water, vehicles, aircraft, seed, and equipment for completion of this Purchase Order. The Contractor shall obtain any permits and licenses necessary to accomplish this Purchase Order at no cost to the government. 5.2 Government Provided Materials GPS coordinates for acreage to be treated. USGS topographic maps or other USAF created maps. Contact POCs for coordinating airspace scheduling and range access. 6.0 PROTECTION OF SUBMITTALS/DELIVERABLES All information and data related to this project that the Contractor gathers or obtains shall be protected from unauthorized release. Data gathered during the evaluation shall not be used or distributed by the Contractor without 366FW/CC coordination and expressed, written permission. Data gathered in performance of this Purchase Order shall not be used or distributed by the Contractor without 366 FW/CC coordination and expressed, written permission. 7.0 PROJECT SCHEDULE/WORK PLAN The Contractor shall begin work as soon as is feasible. Work is estimated to begin as early as 1 October 2006 and be completed by 30 January 2007. Work Plan may be as follows: Task 1 Purchase Seed 1 October-1 November___ Task 2 Aerial Seed Application 15 October-15 December__ Task 3 Reports 1 November-30 January 8.0 MEETINGS AND SITE VISITS The contractor shall schedule a kickoff meeting with the TPM within 10 working days of the award. The Contractor can request a site visit if needed. 9. 0 PLANS/PERMITS/LICENSES In the pre-performance meeting the Contractor shall provide the TPM with copies of any plans, permits, or licenses needed to complete the tasks identified in this statement of work. 10. 0 PARTIAL PAYMENT SCHEDULE The Contractor shall be allowed to bill for purchasing the seed. Proof of seed purchase for reimbursement shall be bills of lading presented to the TPM. Proof of contract completion shall be accomplished by submittal of Final Summary Report. Contract shall be considered complete and billable after TPM acceptance of Final Summary Reports.
 
Place of Performance
Address: Juniper Butte Range, Owyhee County, Idaho
Zip Code: 83648
Country: UNITED STATES
 
Record
SN01142161-W 20060915/060913220856 (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.