Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

F -- SOIL FUMIGATION AT LUCKY PEAK NURSERY

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Suite 200, Boise, ID, 83709, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-0261-S-07-0034
 
Response Due
7/12/2007
 
Archive Date
12/30/2007
 
Description
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 is a request for quotations No. AG-0261-S-07-0034; quotation due date is JULY 12, 2007. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation 2001-12. NAICS: 115310. Size Standard: $6.0 Million. PART 1 SCHEDULE, SECTION B SUPPLIES OR SERVICES AND PRICE COSTS. SOIL FUMIGATION FOR THE LUCKY PEAK NURSERY, BOISE NATIONAL FOREST. ITEM 1, SOIL FUMIGATION, 12 ACRES: $_____________ PER ACRE. GENERAL SPECIFICATIONS. A. Scope of Contract. The purpose and intent of this solicitation is to obtain services for fumigating the nursery tree bed soils, (see Appendix 1), for the control of pythium, fusarium and other root rots at the Lucky Peak Nursery, Boise National Forest. B. Location: Lucky Peak Nursery is located approximately 17 miles east of Boise, Idaho, on State Highway 21. C. Contract Time. The estimated start work date is 8/27/2007. There will be a total contract time of 14 calendar days. The Contractor shall maintain progress at a rate which will assure completion within the calendar time specified. The Government will issue a Notice to Proceed in writing. The count of contract time will start on the dates specified on the Notice to Proceed. D. Contractor's Obligation 1. Supplies, materials, equipment. The Contractor shall furnish all supplies, materials, equipment, transportation and personnel to provide services in accordance with the provisions of this solicitation, except as shown under Government obligations. 2. Personnel. The Contractor shall furnish qualified personnel to carry out all phases of the work to insure that the equipment is functioning properly at all times the fumigant is being injected into the soil at the proper depth and at the proper rate, and that the fumigated soil is being properly covered and sealed. 3. Personal Protective Equipment (PPE). The Contractor shall follow all directions regarding PPE as specified on the pesticide label. 4. Fumigant. EPA Reg. No 5785-55 which is methyl bromide = 67% by weight and chloropicrin 33% by weight - gas. 5. Responsibility. The Contractor is responsible for the application of the fumigant, removal of the plastic from the treated areas 96 hours after fumigation, and approved disposal of the plastic. The Contractor is responsible for properly posting the perimeter of the fields treated following fumigation application as specified by the Worker Protection Standards and label direction. The Contractor is responsible for obtaining the required State Applicator's license on the site during performance of the contract. For further information, contact the Idaho Department of Agriculture, P.O. Box 790, Boise, Idaho 83701. TECHNICAL SPECIFICATIONS A. Safety. The following safety precautions and procedures will be adhered to: 1. No fumigation will occur unless wind is a minimum of 4 mph. In the event of contamination of personnel, water for washing and a change of clothes will be readily available. 2. The tractor operator should be protected with a transparent barrier between the operator and pressurized cylinder. 3. Pressurized cylinders full or empty, when not in use, will be stored in a specially secured and labelled storage location (eg. truck) B. Equipment and Method. 1. Prior to initiating any fumigation work, all fumigant cylinders will be weighed and properly labeled as to live weight content. The size of the MC 33 fumigation cylinders will be limited to no more than 500 lbs. 2. Fumigation will be accomplished when wind velocity is at a minimum of 4 mph. The direction of wind should be away from adjacent live tree seedling beds as fumigant could kill seedlings. The minimum allowable distance when fumigating to adjacent to live tree seedbeds is sixteen feet. The minimum soil temperature allowable at 6 inches for any fumigation work is 50 degrees F. 3. The MC 33 fumigant is to be injected with tractor-mounted equipment to a depth of 6 to 8 inches with the delivering chisels spaced not more than 12 inches apart on the drawbar. Injector equipment shall include metering valves, gauges and other equipment to accurately deliver to the fumigant through the chisels at the rate of 350-360 lbs fumigant per acre. 4. In the same operation, soil being fumigated is to be covered simultaneously with polyethylene tarpaulins (minimum of 1 mil thickness). The tarpaulins are to be laid down and sealed automatically by a tarpaulin-layer attached to the rear of the fumigation equipment. 5. The directional line of travel for an area to be fumigated will be determined by government officials at the time of fumigation. 6. When turning around at end of beds, the tool bar on fumigation apparatus should not cover adjacent live tree seedling beds, as seedling damage may result. 7. The "continuous fumigation and tarping system" shall be employed. The procedure used in this system starts with completion of the first pass, the automatic tarpaulins are laid and covered with soil at least six inches deep in one continuous operation. In the second and succeeding passes, the automatic equipment is adjusted to open furrow only along the advancing edge of the fumigated strip into which the forward edge of the new tarpauling is laid and buried. Ends of tarpaulins shall be buried a minimum of six inches deep in a previously prepared ditch. 8. The second and succeeding passes are made contiguous to the immediately preceding one resulting in a solid uninterrupted tarpaulin covered field extending forward from where the first strip of land was fumigated and covered, with no unfumigated strips intervening. The automatic equipment deposits glue along the top of the forward edge of the previously buried tarpaulin. The trailing edge of the new tarpaulin is placed on top of and pressed against the glued portion of the previously laid tarpaulin and thus secured. The tarpaulins are to remain in place over the fumigated soil for a minimum of 96 hours. Any unglued seams or breaks in tarpaulin will be sealed with gas-proof repair prior to making a new strip. 9. When a fumigant cylinder has been emptied, this point will be designated on the ground. 10. Priorities of areas to be fumigated will depend upon soil temperatures and moisture regimes. INSPECTION A. The Government will inspect work areas prior to application of fumigant to insure adequate moisture and soil temperature. B. Inspection will be made for treatment of 100% of the areas designated for fumigation, amount of fumigant applied, and compliance with safety provisions. MEASUREMENT AND PAYMENT A. Measurement 1. If the tarpaulins become unglued or experience large tears within 18 hours after fumigant injection, the contractor will be notified and payment will be reduced as to total square feet exposed by the tarpaulin becoming detached. 2. Exact acreages will be determined by both parties upon completion of project by on-the-ground measurement. B. Altered Quantities It is mutually agreed that it is inherent in the nature of this contract that some changes in the number of acres as provided in the Schedule may be necessary during the course of the contract and that it is in the scope of the contract to recognize a normal and expected margin of change within the meaning of Clause 52.243-1, Changes, as not requiring or permitting any adjustment of contract prices, except:(1)when the number of acres is increased to more than 125% of the quantity stated in the Schedule, then either party of the contract, upon demand, may be entitled to an equitable adjustment on that portion above 25% of the quantity stated in the Schedule: or (2) when the number of acres of the contract is reduced to less than 75% of the quantity stated in the Schedule, then either party to the contract, upon demand, may be entitled to an equitable adjustment for the quantity of acres actually accepted. Fumigation Contract Specifications, Appendix. FIELD 8 IS APPROXIMATELY 3.5 ACRES, FIELD 9 IS APPROXIMATELY 5 ACRES, FIELD 14 IS APPROXIMATELY 3.5 ACRES. EVALUATION FACTORS. Evaluation of quotes will include consideration of information provided by Contactors: 1) past experiences on similar projects, 2) past performance, and 3) prices. 1. Experience: Identify experience your company and key personnel have had in the past three years doing similar projects. 2. Past Performance: Address specific performance failures, quality, timeliness, and working relationships with the Government. Information provided on the experience questionnaire will be used to verify this information. 3. Price: Complete all items in the Schedule of Items. Only these factors listed will be evaluated. Contractors are advised to provide a complete response. CONTRACT AWARD. Award may not necessarily be made to the Contractor submitting the lowest quote. Award will be made to the firm with the best value considering the evaluation criteria listed. The Government reserves the right to make cost/technical tradeoffs that are in the best interest of the Government. Award may be made without further negotiation. Quotes should be submitted initially at the most favorable price. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occurs as a result of the Contractors fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work, which may have been accepted under the contract. The following FAR clauses apply to this acquisition: 52.212 1, Instructions to Offerors, Commercial Item; 52.212 2, Evaluation, Commercial Item, paragraph a) the evaluation criteria will be delivery date and price; 52.212 3, Offeror Representations and Certifications, Commercial Item; 52.212 4, Contract Terms and Conditions, Commercial Item; 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Item; 52.249 8 (4/84), Default (Fixed price Supply and Service). NOTE: TAXPAYER IDENTIFICATION NUMBER (TIN) AND DUNS NUMBER TIN:___________________________ DUNS NO.___________________________ CONTRACTORS ARE REQUIRED TO COMPLETE CENTRAL CONTRACTOR REGISTRATION (CCR) AND ORCA (ANNUAL REPRESENTATIONS AND CERTIFICATIONS) ON WEBSITE http://www.bpn.gov/ PRIOR TO CONSIDERATION FOR AWARD OF ANY CONTRACTS WITH THE GOVERNMENT. REFER TO SECTION I, CENTRAL CONTRACTOR REGISTRATION CLAUSE, FAR 52.204-7 AND SECTION K 52.204-8. ANNUAL REPRESENTATIONS AND CERTIFICATIONS. Quotes are due by close of business 07-12-07 at the SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Ste 200, Boise, Idaho 83709. FAX quotes will be accepted at 208-373-4197. Contact Diana Early at 208-373-4134 for additional information.
 
Place of Performance
Address: BOISE NATIONAL FOREST, LUCKY PEAK NURSERY, BOISE, IDAHO
Zip Code: 83716
Country: UNITED STATES
 
Record
SN01328816-W 20070629/070627220332 (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.