Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2007 FBO #1889
SOLICITATION NOTICE

F -- Cottonwood Seeding Project

Notice Date
1/26/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-BC NATIONAL BUSINESS CENTER* BC663 BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NAR070061
 
Response Due
2/9/2007
 
Archive Date
1/25/2008
 
Small Business Set-Aside
Total Small Business
 
Description
BLM Request for Proposal NAR070061, Cottonwood Seeding Project. Solicitation Number NAR070061 applies and will be issued as a Request for Proposals for the following services: seeding forb/grass mixes on approximately 3,769 acres using Government furnished seed. The project location is located in Mohave County, Arizona in the Grand Canyon - Parashant National Monument. GENERAL DESCRIPTION OF SERVICES: General - The Contractor shall seed an estimated 3,769 acres of designated areas in conformance with these specifications and the Detailed Specifications. Unless otherwise specified, the Contractor shall furnish at work sites applicator(s) experienced in applying seed in rough, rocky or mountainous terrain, all equipment, labor, supplies, and materials required to complete the job. The Contractor shall service and repair his/her equipment as necessary to maintain satisfactory progress on work. Estimated start date is February 16, 2007 and all work will be completed within 20 calendar days. Differentially Corrected Global Positioning System (DGPS) - The Contractor shall be required to utilize a DGPS for electronic Navigation. System must be capable of utilizing ArcGIS or ARC-INFO shape files created by the government and given to the contractor on a standard HD 1.44 mb, 3.5 inch floppy disk or USB compatible flash memory stick. (1) On the ground flaggers and an auto-flagger system can supplement the DGPS system, but not substitute for it. (2) Differentially Corrected Global Positioning System (DGPS) Navigation - DGPS is required for tracking, and data collection. The Contractor shall provide all guidance equipment, materials, computers, printers, personnel, and services required for the system to be used. The system shall be sufficiently sensitive to provide immediate deviation indications (real-time). The DGPS system must be capable of determining a differentially corrected location with an error of no more than one to two meters in the horizontal plane. The guidance system shall be capable of updating current position at a rate of a minimum of one time per second. Differential correction must cover the complete operational area. During operation, differentially corrected signal must be accurately recorded at least 90% of the operational time. Differential correction may be, provided by a portable differential station, FM radio fixed towers, or satellite. Software provided with DGPS must be designed for parallel offset in increments equal to the assigned swath width of the application equipment. Base of Operations - The Contractor shall provide such landing facilities as may be required for competent performance of contract. The use of any loading area shall be arranged by and at the discretion and risk of the Contractor, and the Government shall not be held responsible for any loss, mishap, or accident due to conditions of any site used. The Contractor shall provide appropriate warning signs for traffic if roads are used as loading sites. Equipment - The Contractor shall furnish sufficient equipment to satisfactorily seed the designated areas in the time specified as required in the Detailed Specifications. Equipment shall be capable of traveling at moderate speed and low enough to give proper control and distribution of seed. Communication - The Contractor shall furnish sufficient equipment to have communications with the Government either by using radio frequencies designated by the Project Inspector or by providing a radio to the Project Inspector. Seed Bucket(s) or Hopper(s) - Sed bucket(s) or hopper(s) shall include a mechanical agitation system to prevent the seed from bridging in the bucket or hopper. Equipment that cannot perform the specified work shall be modified or replaced by the Contractor. Equipment shall be equipped for carrying seed with an approved distribution mechanism complete with release, shutoff, and spreading device, which can be calibrated for spreading seed at the prescribed rate in a satisfactory manner and uniform pattern. Seed bucket(s) or hopper(s) shall include lids, which fasten securely to prevent seed from blowing out. Seeder Calibration - The Contractor shall calibrate seeding equipment prior to application on the project. The Government will supply seed for calibration. However, the seed may not be available until approximately two days prior to the approximate start date of the project. Seed used for calibration shall be recovered for use on the project. Seed - The seed will be furnished by the Government at the location stated in the Detailed Specifications. Contractor shall load and transport seed from the pickup point to the operational loading sites and shall be responsible for its protection from loss or damage due to weather, rodents, insects, theft, or any other hazard. Any seed damaged or lost, while in the custody of the Contractor, will be replaced by the Government, and actual cost to the Government for replacement will be deducted from payments due the Contractor. All unused seed shall be returned to the pickup point by the Contractor or nearer destination, if so directed, upon completion of work or termination of the contract. All empty seed bags shall be tied in bundles of 25 bags each and returned to the Government by the Contractor. Seeding Operation - Rate of seeding - Seed shall be distributed at the rate stated in the Detailed Specifications, or as directed by the Contracting Officer. Some seeding rates may be slightly reduced due to availability of seed. The following is a list of the locations and quantities for the required seeding: Description/Pounds of Seed/Estimated Acres Cottonwood/41,850/3,769 This is a 100% set-aside for small business. The standard NAICS classification is 115112. Size standard is $6.5 million. The Government intends to award this contract on an all-or-none basis. The solicitation will be issued on or about January 26, 2007. The solicitation may be downloaded from the IDEASEC website: http://ideasec.nbc.gov/j2ee/login.jsp. Please print the Standard form (SF-1449) and print all clauses and attachments. Proposals are due February 9, 2007 by 1:00 PM Mountain Time. Send proposals by U.S. Mail to: Department of the Interior; BLM, BC-663; Attention: Sara Oletski; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, BC-663; Attention: Sara Oletski; Mail Room, Entrance S-2; BLDG 50, Denver Federal Center; Denver, CO 80225, or by facsimile to (303) 236-9421. An award will be made, in descending order, based on prior experience, past performance and price. Submit proposals to the address indicated above. Proposals shall include the following items: 1) Pricing Schedule including unit price, 2) Applicator's experience and Company experience, 3) Past Performance from the past three (3) years as detailed in the Solicitation, 4) Completed 52.212-3 Representations and Certifications - Commercial Items (Nov 2006) (accessible at http://www.arnet.gov/far/), 5) Include TIN and DUNS Number, and 6) Offer must be signed. Offerors must be registered at http://www.ccr.gov to be considered for award.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1221023)
 
Record
SN01220181-W 20070128/070126221142 (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.