Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

F -- Collection of native seed for the Atwell Island Restoration Project

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-CA CALIFORNIA STATE OFFICE* 2800 COTTAGE WAY, SUITE W-1834 SACRAMENTO CA 95825
 
ZIP Code
95825
 
Solicitation Number
BAQ070007
 
Response Due
4/11/2007
 
Archive Date
3/28/2008
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 updated through FAC 05-08 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 No. BAQ070007 is issued as a Request for Quotes (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-16, and apply to this acquisition: 52.212-1 and 52.212-2. Instructions to Offerors-Commercial Items, addendum to include FAR clauses 52.215-5 and 52.212-4. Contract Terms and Conditions-Commercial items. This solicitation provided for full and open competition. Contractors submitting a quotation must be registered in the Central Contracting Registration web site. The address to register is www.ccr.gov. The North American Industry Classification System (NAICS) code is 111998, All Other Miscellaneous Crop Farming, or Standard Industrial Classification Code (SIC) 0191 Grass Seed Farming or General combination crop farming. REQUIREMENT: The Bureau of Land Management, Bakersfield Field Office, Bakersfield, CA has a requirement for collection of native seed from the vicinity of the Atwell Island Restoration Project. Starting on or about April 16, 2006 thru December 31, 2008. The Contracting Officer Representative (COR), Steve Laymon, will work with the contractor to identify plant species to collect, locations to collect the species, and the amount of seed needed of each species. The contractor will collect, process, and deliver the seed to the BLM, Bakersfield Field Office. Processing will consist of screening the seed to remove non-seed material to the point that the seed will pass through a Truax Range Drill, an Imprinter seeder, or a broadcast seeder. The contractor will provide the management of the field crews and expertise on when the seed is ready to collect, and clean each species of seed. The collector will first check the seed using standard field methods to be sure that it has the potential for being viable (i.e. current year's seed, not dried and shriveled seed from previous years). Bid should be made based on hand collection of seed. Mechanical collection may be allowed during the actual collection, but will be discussed and approved on a location by location and species by species basis. After the seed is collected, the collector will submit the seed to a seed-testing lab specified by COR for a TZ potential germination test. All seed testing lab results will be submitted to the COR. This contract will be awarded based on the average price (Using the Friedmann Statistical Test) of 19 potential native plant species for collection (This is not the entire list of what will be collected under this contract). Prices of seed not shown on this list will be negotiated at the time of request. A. Commercially grown-out seed is not acceptable under this contract. All sticks, rocks, and other rough material will be removed. Seed heads will be broken up to the point that individual seeds will be planted (not the whole seed head). Price shall reflect a pound of seed in accordance with above specifications: 1. Atriplex polycarpa $___________ 2. Atriplex lentiformes $___________ 3. Atriplex spinifera $___________ 4. Sporobolus ariodes $___________ 5. sueda moquinii $___________ 6. Isocoma acradenia $___________ 7. Hemizonia pungens $___________ 8. Phacilia ciliate $___________ 9. Allenrolfia occidentalis $___________ 10. Frankenia salina $___________ 11. Sesuvium verrucosum $___________ 12. Lasthenia californica $___________ 13. Lasthenia ferraisia $___________ 14. Layia glandulosa $___________ 15. Grindellia camporum $___________ 16. Isomeris arborea $___________ 17. Malacothrix coulteri $___________ 18. Lepidium dictyotum $___________ 19. Eremalche Parryi $___________ *Award based on the Friedmann Statistical Test. This test is based on the sum of the ranks of the bid price on each species for each bidder. There will only be one contract awarded for the above line items. Contractor is responsible for proper maturity of seed. Seed shall be collected when seed is sufficiently ripe to attain maximum viability. A majority of the seed should be at the hard seed stage. In the case of crop failure or insufficient production collection period may be extended by negotiation for an additional year. C. The following criteria will be met in collections: i) Collect seed from healthy parent plants and a diverse representation of the native shrub and grass stand ii) Seed shall be kept and stored in lots according to species and according to each of the regions seed were collected from. iii) Seed will be collected in such a manner as to insure that no noxious weed seeds and no more than 0.5 percent other weeds are present in the collections. This includes but is not limited to noxious weeds such as yellow star thistle, Scotch thistle, Canada thistle, Whitetop, Knapweeds, Dalmatian toadflax, Perennial Pepperweed, Medusahead, and other weeds such as cheatgrass, tumble mustard, or tansy mustard. iv) Seed will be collected from Bureau of Land Management (BLM) land within the specified locations, per item number. It is the responsibility of the contractor to make necessary arrangements for and receive authorization from landowners to collect on private land or other agency land. v.) Seeds will be properly stored in a cool, dry storage area until shipment to the BLM. vi.) The Contractor will have all seed lots tested for weeds, purity, and germination by a State Certified Seed Lab. Copies of the Seed Lab Test results will be furnished to BLM. Contractor is responsible for the cost of seed testing. Each bag of seed will be properly labeled with this information as well as species and seed lot prior to shipping. Contractor will notify the Contracting Officer of any amount of seed collected over the amount specified in the contract prior to any other marketing. If not purchased by the Contracting Agency (BLM), seed becomes the property of the Contractor upon purchase of any necessary collecting permits. 2.0 Period of Performance This contract shall begin upon completion of the current seed collecting contract BAP050068. Services shall be performed from approximately 16 April 2007 Through 31 December 2008. 3.0 Inspection and Acceptance The inspection and acceptance of all deliverables is the responsiblilty of the COR, Steve Laymon (661) 391-6117. Cleaned seed shall be delivered to: BLM-CA Bakersfield Field Office Stephen Laymon, Natural Resource Specialist 3801 Pegasus Dr. Bakersfield, CA 93308-6837 FOB DESTINATION: All costs for transportation or freight from the shipping point shall be paid by the contractor and included in the unit price quoted for each line item. (a) The Government will award a contract resulting from this solicitation to the responsible offers whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Factor 1- Technical Capabilities-provide the number of years offers has been doing this type of work. If part of the experience period was doing business under a different business name, identify that business and period separately. Provide a listing of your in-house capabilities and the work you intend to subcontract. Include a list of the facilities, supplies, tools and equipment you intend to use; Factor 2 - Experience and Qualifications - explain who is going to perform the work, their skill lever and classification. The Contractor shall have a minimum of three years prior work experience in native plant species identification for this area. Resume(s) or other evidence of qualification of native species collection shall be provided with submission of proposal; Factor 3 - Contractor's Past Performance - provide a listing of your projects for the past three-year period which may be closely related to this type of work. Include the dates of performance, company name, the name of contact person and their telephone number. If you have failed to complete any project in the last three-year period, provide any information regarding the cause or remedy of that particular situation. INSTRUCTIONS TO OFFERORS: Quotes must be submitted in writing on company letterhead and must include: RFQ number, the company name and address, point of contact, phone number, fax number, unit price, the extended price, grand total, any prompt payment discount terms, and documentation for experience and qualifications and three most recent references for work performed similar in nature. Offers will be due in this office no later than Wednesday, April 11, 2007 by 4:00 PST. Quotes can be sent to: Bureau of Land Management 2800 Cottage Way RM-W1834 Sacramento, CA 95825 Attn: Deborah Dokes Receipt of fax quotes is allowed under this solicitation. Fax (916)978-4444. If you have any questions feel free to contact Deborah Dokes at (916)978-4322.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1245209)
 
Place of Performance
Address: BLM-CA Bakersfield Field Office Stephen Laymon, Natural Resource Specialist 3801 Pegasus Dr. Bakersfield, CA 93308-6837
Zip Code: 933086837
Country: US
 
Record
SN01262284-W 20070331/070329222624 (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.