Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2007 FBO #1958
MODIFICATION

F -- Hydroseeding Colville National Forest

Notice Date
4/5/2007
 
Notice Type
Modification
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Colville NF, 765 S. Main, Colville, WA, 99114, UNITED STATES
 
ZIP Code
99114
 
Solicitation Number
AG-05G1-S-07-0015
 
Response Due
4/17/2007
 
Archive Date
5/12/2007
 
Point of Contact
Elaine Paladino, Purchasing Agent, Phone 509-684-7201, Fax 509-684-7280,
 
E-Mail Address
epladino@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT#2 PEN AND INK CHANGE. UNDER APPLICATION, PARAGRAPH B, WOOD FIBER MULCH, DELETE THE CONTRACTOR SHALL FURNISH PROCESSED WOOD FIBER FROM WOOD CHIPS TO THE CONTRACTOR SHALL FURNISH WOOD CELLULOSE MULCH. THEN ADD NUMBER 9 UNDER THAT PARAGRAPH. THIS SHALL READ, WOOD CELLULOSE MULCH PRODUCTS LISTED IN THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION WSDOT QUALIFIED PRODUCT LIST FOR WSDOT STANDARD SPECIFICATION 9-14.4(2) FOR WOOD CELLULOSE MULCH ARE ACCEPTABLE PRODUCTS. QUOTES REMAIN DUE ON APRIL 17, 2007. AMENDMENT #1 FOR CLARIFICATION THIS SOLICITATION IS FOR FERTILIZATION USING A HYDROSEEDER. THERE IS NO SEED REQUIREMENTS. QUOTES REMAIN DUE ON APRIL 17, 2007. SYNPOSIS/SOLICITATION HYDROSEEDING COLVILLE NATIONAL FOREST RFQ AG-05G1-S-07-0015 HYDROSEEDING: The USDA Forest Service, Colville National Forest intends to procure hydro-seeding services for the Boulder-Deer Road, Ferry County Road 61. 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; quotations are being requested and a written solicitation will not be issued. This solicitation, No. AG-05G1-S-07-0015, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This requirement is 100 percent set-aside for small businesses. The North American Industry Classification System (NAICS) is 562910, with a size standard is $6.5 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. SPECIFICATIONS: The Colville National Forest has a requirement for re-vegetation (hydro-seeding). The work consists of supplying and applying re-vegetation 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. This project is located on the Kettle Falls Ranger District. 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. 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 epaladino@fs.fed.us and on your request write RFQ AG-05G1-S-07-0015 drawings and wage determination. APPLICATION: The Contractor shall apply re-vegetation 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 re-vegetation materials during rain, windy weather or when the ground is excessively wet, frozen, or snow covered. Re-vegetation materials shall be applied as a slurry mix, according at the following rates: 1. Fertilizer, 200 pounds per acre; 16 percent nitrogen, 16 percent potassium, 16 percent phosphorous fertilizer; 2. Wood Fiber Mulch, 200 pounds per acre. Re-vegetation materials include the following: A. FERTILIZER: The Contractor shall furnish a standard commercial grade dry formulated fertilizer conforming to the standards of the Association of Official Analytical Chemists International, applicable State and Federal regulations and required minimum percentages of available nutrients. The Contractor shall supply fertilizer in new, clean, sealed and properly labeled containers with name, weight and guaranteed analysis of contents clearly marked. B. WOOD FIBER MULCH: The Contractor shall furnish wood cellulose mulch conforming to the following: 1. Colored with a green dye non-injurious to plant growth. 2. Readily dispersible in water. 3. Non-toxic to seed or other plant material. 4. Free of growth or germination inhibiting substances. 5. Free of weed seed. 6. Air dried to an equilibrium moisture content of 12 (plus or minus 3) percent. 7. Packaged in new labeled containers. 8. Packaged in a condition appropriate for mixing in a homogeneous slurry suitable for application with power spray equipment. 9. Wood cellulose mulch products listed in the Washington State Department of Transportation (WSDOT) qualified product list for WSDOT standard specification 9-14.4(2) for wood cellulose mulch are acceptable products. RE-VEGETATION 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. SUBMITTALS: The Contractor shall submit the Re-vegetation Materials Certification five work days prior to start of work. MEASUREMENT: The Contractor shall measure application of re-vegetation materials by the slurry unit. One slurry unit consists of approximately 1,000 gallons of water plus the specified re-vegetation materials. Four slurry units contain the materials to cover one acre. No additional payment will be made when the re-vegetation 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. The Contractor shall provide construction equipment ahead warning signs, black on orange, 36 inches by 36 inches minimum size, 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 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 two (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 hydro-seeder. 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 and insurance. 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. The time stated for completion shall include final cleanup of the premises. Currently, the Government is estimating the Notice to Proceed be issued around May 1, 2007. QUALITY ASSURANCE AND INSPECTION. The Contractors 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. 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 (Sept 2006): FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) (see below for evaluation factors); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (Nov 2006); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Mar 2007) [in paragraph b check 5, 9, 17, 18, 20, 27 and 32 in paragraph c check 1 (wage determination 1977-0209, Revision 34, dated September 12, 2006), and FAR 52.211-18, Variation in Estimated Quantity (APR 1984). 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. 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 Re-vegetation, method of measurement is actual quantity, pay unit is slurry unit, estimated quantity is 112 unit price and total price. (Note: Pay unit is slurry unit. One Slurry unit consists of approximately 1,000 gallon of water plus specified re-vegetation materials. Four slurry units contain enough material to cover one acre.); 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 three (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. AWARD: The result of this procurement will be a firm fixed price contract. The Government will award contract to the responsible offeror 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 (quality of services, customer satisfaction, timeliness of performance, cost control and business relations), (2) how the proposed products meet or comply with the Government?s requirement including the equipment and age of the equipment, 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. QUOTE DUE DATE: Quotes shall be received by 17 April 2007, at 4:00 p.m. Quotes will be accepted by mail, fax copy, hand-carry or e-mail (e-mail to epaladino@fs.fed.us). 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) 684-7283. Quoters shall verify Government receipt of faxed or email quotes prior to closing by calling Elaine Paladino at (509) 684-7201 or Gilda Dixon at (509) 684-7077. All quotes should be clearly marked with the quoter?s name and solicitation number, AG-05G1-S-07-0015. All responsible sources may submit a quote which will be considered by the Forest Service. Questions regarding this announcement must be addressed in writing to Elaine Paladino by fax at (509) 684-7201 or by email at epaladino@fs.fed.us. Please note the solicitation number in the subject of the email. This solicitation is estimated between $00.00 and $25,000.00 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/FS/05G1/AG-05G1-S-07-0015/listing.html)
 
Place of Performance
Address: Ferry County Washington State
Zip Code: 99141
Country: UNITED STATES
 
Record
SN01267818-F 20070407/070405224443 (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.