Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
SOLICITATION NOTICE

F -- Utah - Washington County, Seed Mixing

Notice Date
9/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-UT UTAH STATE OFFICE* 440 WEST 200 SOUTH, SUITE 500 PO BOX 45155 SALT LAKE CITY UT 84101
 
ZIP Code
84101
 
Solicitation Number
JSQ0674008
 
Response Due
10/12/2006
 
Archive Date
9/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement for a Contractor to perform Seed Mixing approximately 305,940 lbs of grass, forb and browse seed at the BLM Forest Service Yard, 820 North Main Street, Cedar City, UT. 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 notice is RFQ JSQ074008. STATEMENT OF WORK: A. Description of Work: Contractor shall furnish all labor, equipment, tools, materials, supervision, supplies, and incidentals; and perform all work necessary to treat all seed with a seed germination enhancer, mix and bag an estimated 305,940 pounds of grass, forb and browse seed according to formulas provided (7 separate mixes). Exact seed specie and quantity of specie mixed will depend upon seed availability and arrival at the time seed is mixed. Work in this project shall comply with all Federal, State and local regulations. B. Location: Work under this Contract shall be performed at: BLM Forest Service Yard 820 North Main Street Cedar City, Iron County, Utah C. Environmental Considerations: None 1.02 REFERENCES: 1.03 QUALITY ASSURANCE: A. Codes and Standards: The work shall comply with codes and standards applicable to each type of work and as listed in the individual sections of these specifications. B Conflict: Where a conflict occurs between reference documents and project specifications, the project specifications shall govern. 1.04 PROJECT/SITE CONDITIONS: A. Environmental Considerations: 1. Clean-up: Project sites shall be cleaned up, and all refuse removed by the Contractor. The Contractor shall be responsible for disposal of materials in a manner consistent with State, Federal and local laws and for all expenses incurred with disposal. 1.05 SEQUENCING AND SCHEDULING: A. Work Schedule: The work schedules shall be submitted at the pre-work conference. PART 2: PRODUCTS (There are no applicable requirements) PART 3: EXECUTION 3.01 PROJECT MEETINGS: A Pre-Work Conference: 1. Notification: A pre-work conference will be held prior to the start of work. The Contractor will be notified in advance of meeting time, date and place. The purpose will be to review required work, project drawings and specifications, construction schedules, payroll and payments, and administrative provisions of the Contract. 2. Attendance: The Contractor, subcontractors and the persons responsible for coordination of the work shall be present at the meeting. 3. Presentation: The Contractor shall be prepared to summarize and explain procedures planned for each project and present the work schedule requested in these specifications. B. Progress Meetings: 1. Location: Meetings shall be held at the project site, or as determined by the Contracting Officer. 2. Notification: Meetings may be called by either the Contracting Officer or the Contractor. Request shall state who should attend. C. Final Inspection: 1. Location: Meeting shall be held at project sites, or as determined by the Contracting Officer. 2. Notification: The Contractor shall notify the Contracting Officer in writing at least 3 working days before the completion date so the Government can schedule final inspection. 3. Deficiencies: The Contractor shall correct all deficiencies and projects will be re-inspected by the Contracting Officer. 3.02 PREPARATION: A. Work Layout Requirements: The Contractor shall immediately upon entering the project sites layout equipment, identify seed species, and begin work. PART 4: MEASUREMENT AND PAYMENT 4.01 METHOD OF MEASUREMENT: A. Units: The work described in this section will not be measured for payment. 4.02 BASIS OF PAYMENT: A Payment: No direct payment for the work described under this section will be made. The Contractor shall include consideration for this item in the bid price for other items of the Contract. A. Description of Work: Contractor shall furnish all labor, equipment, tools, materials, supervision, supplies, and incidentals; and perform all work necessary to treat all seed with a seed germination enhancer, mix and bag an estimated 305,940 pounds of grass, forb and browse seed according to formulas provided (7 separate mixes). Exact seed specie and quantity of specie mixed will depend upon seed availability and arrival at the time seed is mixed. Work in this project shall comply with all Federal, State and local regulations. B. Environmental Conditions: 1. Clean-up: Project sites shall be cleaned up, and all refuse removed by the Contractor. The Contractor shall be responsible for disposal of materials in a manner consistent with State, Federal and local laws and for all expenses incurred with disposal. 1.02 DEFINITIONS: NA 1.03 CONTRACTOR FURNISHED MATERIALS: A. Equipment: Contractor shall provide seed germination enhancer, seed mixing equipment, scale, seed bags, bag sewer or ties, tags or marker (to identify seed mix on individual seed bag), and plastic wrap (to help secure seed sacks on pallets). B. Applicator Crew: Contractor shall furnish all necessary support personnel. All expenses relating to maintenance and operation of equipment shall be included in the unit price for mixing. C. Special Requirements: 1. Seed Germination Enhancer: All seed shall be treated with a balanced nutrient package containing N-P-K enhancer that promotes seed germination, root development and repels insects, rodents and birds. Product must have the ability to coat and penetrate the seed; allowing it to be treated, bagged, and stored for the life of the seed. The product shall be non-corrosive and environmentally safe. Possible known treatment sources: Soil Spray Aid Inc. McClintick Farms Ron's Seed and Supply 2196 Stoneridge Road NE P.O. Box 129 710 Grass Valley Road Moses Lake, WA 98837-9144 Orovada, NV 89425 Winnemucca, NV 89445 Tel: (509) 765-4811 Tel: (775) 272-3284 Tel: (775) 623-5053 1.04 GOVERNMENT-FURNISHED PROPERTY: A. Seed: Seed provided by the government shall be tested and determined to be weed free, and shall be separated by specie or identified as mixed. B. Storage: Storage buildings and/or trailers for seed storage are on site. C. Equipment: A forklift with operator shall be on site to assist in moving the seed. 1.05 SPECIFIC TASKS: A. Mixing: All seed shall be treated with a seed enhancer (as described in 1.03-C-1) prior to bagging. All mixed seed bags shall be weighed by the Contractor and are to range from 48 to 52 pounds per bag. Each bag shall be securely closed and labeled according to mix. Exact seed specie and quantity of specie mixed will depend upon seed availability and arrival at the time seed is mixed. Proposed seed mixtures shall be mixed in the following mix proportions: Baboon CT4A 1,298 Acres Baboob 2 CX9K 1,644 Acres Item Species lb/ac Pounds Species lb/ac Pounds Hycrest Crested Wheatgrass 1.50 1950 Hycrest Crested Wheatgrass 1.52 2500 Schwendimar Thickspike Wheatgrass 1.00 1,300 Schwendimar Thickspike Wheatgrass 1.00 1,650 Secar Bluebunch Wheatgrass 1.50 1950 Secar Bluebunch Wheatgrass 1.52 2,500 Arriba Western Wheatgrass 1.00 1,300 Galleta Grass 1.01 1660 Nazpar Indian Ricegrass 1.00 1300 Nazpar Indian Ricegrass 1.00 1650 Ladak Alfalfa 0.39 500 Western Yarrow 0.49 800 Yellow Sweetclover 0.42 550 Yellow Sweetclover 0.40 650 Delar Small Burnet 0.92 1200 Delar Small Burnet 0.94 1550 Appar Lewis Flax 1.00 1300 Appar Lewis Flax 1.00 1,650 Forage Kochia 0.50 650 Total 8.89 14610 Total 9.24 12000 Chipman C0NE 445 Acres Item Ford CUF1 225 Acres Item Species lb/ac Pounds Species lb/ac Pounds Hycrest Crested Wheatgrass 1.80 800 Hycrest Crested Wheatgrass 2.00 450 Schwendimar Thickspike Wheatgrass 1.24 550 Pubescent Wheatgrass 0.89 200 Secar Bluebunch Wheatgrass 1.80 800 Arriba Western Wheatgrass 1.11 250 Arriba Western Wheatgrass 1.24 550 Russian Wildrye 2.00 450 Nazpar Indian Ricegrass 1.24 550 Nazpar Indian Ricegrass 1.11 250 Yellow Sweetclover 0.67 300 Secar Bluebunch Wheatgrass 2.00 450 Delar Small Burnet 1.12 500 Delar Small Burnet 0.44 100 Appar Lewis Flax 1.24 550 Yellow Sweetclover 0.44 100 Forage Kochia 0.79 350 Forage Kochia 0.44 100 Total 11.12 4950 Total 10.44 2350 Bull CS28 29,532 Acres Item Ranch CY4P 4,038 Acres Item Species lb/ac Pounds Species lb/ac Pounds Hycrest Crested Wheatgrass 2.12 62550 Hycrest Crested Wheatgrass 1.00 4050 Pubescent Wheatgrass 0.27 8100 Schwendimar Thickspike Wheatgrass 1.00 4,050 Sideoats Grama 0.43 12810 Luna Pubescent Wheatgrass 0.22 900 Smooth Brome 1.00 29550 Siberian Wheatgrass 1.72 6950 Anatone BB Wheatgrass 0.22 6500 Sand Dropseed 0.16 650 Western Wheatgrass, Arriba 0.07 2000 Sideoats Grama 1.83 7380 Indian Ricegrass, Nazpar 0.10 3000 Needle and Thread 0.25 1000 Alfalfa 0.69 20300 Ladak Alfalfa 0.43 1750 Small Burnett 0.95 28000 Delar Small Burnett 0.95 3850 Yellow Sweetclover 0.42 12500 Yellow Sweetclover 0.42 1700 Palmer Penstemon 0.08 2250 Palmer Penstemon 0.10 400 Total 6.35 187560 Total 8.09 32680 Jarvis CR1R 6189 Acres Item Species lb/ac Pounds Crested Wheatgrass 1.36 8400 Pubescent Wheatgrass 0.21 1300 Siberian Wheatgrass 1.37 8500 Smooth Brome 1.14 7050 Sideoats Grama 1.63 10060 Russian Wildrye 0.19 1150 Thickspike Wheatgrass 0.01 50 Intermediate Wheatgrass 0.07 450 Indian Ricegrass 0.11 650 Galleta Grass 0.03 180 Agropyron 0.02 100 Western Wheatgrass 0.01 50 Siberian Wheatgrass 0.01 50 Lewis Flax 0.07 450 Small Burnett 1.01 6250 Alfalfa 0.48 3000 Palmer Penstemon 0.10 600 Yellow Sweetclover 0.43 2650 Fourwing Saltbush 0.12 750 Winterfat 0.02 100 Total 8.37 51790 The solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12, dated August 4, 2006. The following FAR clauses are applicable under this solicitation/synopsis: 52.252-2, Clauses Incorporated by Reference (http://www.arnet.gov/far), 52.212-1, Instructions to Offerors; 52.212-2, Evaluation of Offers. 1. Technical Capability: Contractor to be regularly established in the business called for in this solicitation. A. Provide type of aircraft proposes for use on this contract. B. Provide name and qualifications of pilot and ground crew to perform work on this contract. 2. Past Performance: The Government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis. A. Provide name, address, telephone number and point of contact of at least 3 references for whom you have provided similar service. A. Provide name, address, telephone number and point of contact of at least 3 references for whom you have provided similar service. 3 Price. Technical and Past Performance, when combined are of significantly greater importance when compared to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise, furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3, Offeror Representations and Certifications - Commercials Items (Offeror to provide complete copy with offer); 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items; 9.1452.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Department of the Interior (Deviation); 52.204-06, Data Universal Numbering System (DUNS) Number; 52.216 -27, Single or Multiple Awards; 52.217-5, Evaluation of Options; 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.242-15, Stop-Work Order; 52.242-17, Government Delay of Work; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 1452.228-70, Liability Insurance - Department of the Interior;52.228-5, Insurance - Work on a Government Installation; 52.246-20, Warranty of Services; 52.233-02, Service of Protest; 9.1452.233-2, Service of Protest - Department of the Interior (JUL 1996) (Deviation); 9.1510.283, Contracting Officer's Representative; 9.552.232-73, Electronic Funds Transfer Payment; 52.237-01, Site Visit; 52.219-06, Notice of Small Business Set-aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-221, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-1, Buy American Act - Supplies; 52.232-29, Terms for Financing of Purchases of Commercial Items; 52. 232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment; 52.222-44, Fair Labor Standards Act and Service Contract - Price Adjustment. The North American Industry Classification System number for this solicitation is 115311 size $6.5M. Offers are due no later than October 12, 2006 This system is 100% set-aside for small business. See Numbered Note 1. All offerors must be registered in the Central Contractor's Registration (CCR) System. You may register at: www.ccr.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1184354)
 
Record
SN01156079-W 20060929/060927221007 (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  © 1994-2020, Loren Data Corp.