Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

F -- Rotor Application of Pellet Herbicide

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-NM NEW MEXICO STATE OFFICE* 435 MONTANO ROAD NE ALBUQUERQUE NM 87107
 
ZIP Code
87107
 
Solicitation Number
GDQ079010
 
Response Due
9/7/2007
 
Archive Date
8/29/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation a written solicitation will not be issued. Solicitaton number GDQ079010 is issued as a request for quotation (RFQ) with a closing date of September 7, 2007. The solicitation document and incorporated provisions and clauses are those in effect through FAC 05-18. This is a total small business set-aside under NAICS 115112 with a size standard of $6.5M. STATEMENT OF WORK - ROTOR SPIKE CONTROL STATEMENT OF WORK GENERAL 1. SUMMARY: A. Description of work: Furnishing labor, equipment, supplies, and materials to aerially apply pelleted herbicide to approximately 3,200 acres of rangeland. B. Location: Work under this Contract is located in Eddy County, State of New Mexico. The work locations are shown on the attached maps/drawings. If unable to download maps/drawings, please contact Russell Fox, BLM at (505)420-3649. 2. REFERENCES: A. Referenced Specifications/Standards with Abbreviations and/or Acronyms: Wherever the following acronyms are used in these specifications or on the drawings, they are to be construed the same as the respective expressions represented. Copies of the referenced specifications/standards referred to herein may be procured by the Contractor, from the following: E.P.A. Environmental Protection Agency, 401 M. Street, Washington, D.C. 20460 3. SUBMITTALS: A. Scope: Submittals include product data, manufacturers' literature, and warranties if offered. B. Requirements: Refer to execution section for submittals required. Allow at least 15 working days for review. Submittals shall be delivered to the Contracting Officer. C. Identification of Submittals: Completely identify each submittal by showing at least the following information: 1. Name and address of submitter, plus name and telephone number of the individual to contact for further information. 2. Name of project as it appears in these specifications. 3. Contract number, drawing number, and specification section number to which the submittal applies. 4. Whether this is an original submittal or resubmittal. 5. Each item shall clearly note the manufacturer's name and address, trade name, and product. 4. CERTIFICATES OF CONFORMANCE: A. Requirements: The Contracting Officer may permit use, prior to sampling and testing, of materials when accompanied by Certificates of Conformance. Materials used on the basis of a Certificate of Conformance may be sampled and tested. Installation of materials on the basis of Certificates of Conformance shall not relieve the Contractor of responsibility for incorporating materials which conform to the requirements of the specifications. Material not conforming to those requirements will be subject to rejection, whether in place or not. B. Format: The form of the Certificate of Conformance provided by the supplier shall be as follows: 1. State that the named product conforms to the contract requirements. 2. Either be accompanied with a certified copy of the test results, or certify that such test results are on file with the manufacturer and will be furnished to the Contracting Officer upon request. 3. Provide the name and address of the manufacturer, the testing agency and the date of tests. 4. Set forth the means of identification which will permit field determination of the product delivered as being the product covered by the certification. 5. QUALITY ASSURANCE: A. Approval of the submittals is an indication that the Contractor's submittals have been reviewed and that there are not objections, except as noted. Installation of Materials on the basis of approved submittals shall not relieve the Contractor of the responsibility for incorporating material which conforms to the requirements of the drawings and specifications. Approval of deviations shall apply only to those deviations or omissions from the requirements of the drawings and specifications brought to the Contracting Officer's attention in writing. After approval of an item, the Contractor may submit a substitute for approval when the approved item cannot be purchased or delivered in time to avoid delays in completion of the project. B. 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 this statement of work. This Contract incorporates materials, applications, and tests by reference, with the same force and effect as if they were given in full text. C. Conflicts: Where a conflict occurs between reference documents and project specifications, the project specifications shall govern. 6. DELIVERY, STORAGE, AND HANDLING: A. Performance: Work shall commence on approximately 11/01/2007 (to be finalized at the pre-work conference) and completed no later than 30 calendar days after the start date. B. Delivery: Protect products, incorporated into the work, from damage while in transit to the site. Products must be delivered in original unopened containers with manufacturer's name and brand designation and contents legibly indicated. C. Storage: Provide temporary storage facilities for products. Storage shall comply with the manufacturer's instructions. The storage area shall permit access for inspection and handling. D. Handling: The Contractor shall load and unload products protecting them from damage until installation on the project. 7. PROJECT/SITE CONDITIONS: A. Access to the Work: 1. Shall be provided by and at the Contractor's expense. Prior to the building of access roads across lands under the jurisdiction of the Bureau of Land Management, the Contractor shall obtain approval of the Contracting Officer. 2. Public or private access roads damaged by the Contractor shall be restored, at the Contractor's expense, to the same condition they were in at the commencement of work. 3. Access construction shall be accomplished with regard for environmental considerations. B. Environmental Considerations: 1. Protection of the Site(s): The aesthetic values of the site and surrounding area are of prime importance. The Contractor shall take all care necessary to preserve plant life and other natural features. 2. Equipment and Materials: Travel with equipment and storage of materials will be limited to existing or designated road or trail areas. Any deviation from this stipulation must have prior written approval of the Contracting Officer. 3. Work Camp: The location of any work camp by the Contractor must be approved in advance by the Contracting Officer. Should such a camp be established, the Contractor shall maintain the camp in a sanitary, orderly manner; and, upon vacating the camp, refuse and other signs of occupancy shall be removed or obliterated by the Contractor. In the equipment maintenance areas, special precautions shall be taken to contain spilled fuel, lubrication products, wash water, and chemicals. 4. Operations and Storage Areas: Operations of the Contractor (including storage of materials, project office, camping area, and equipment parking) upon Government premises shall be confined to areas approved by the Contracting Officer. The surrounding landscape shall not be disturbed. In the event that it is disturbed, the Contractor shall restore that area at the Contractor's expense. Government premises adjacent to the project location will be made available for use by the Contractor without cost whenever such use will not interfere with other Government activities. 8. SEQUENCING AND SCHEDULING: A. Work Schedule: The schedule shall be submitted at the pre-work conference. When requested, the Contractor shall submit an updated schedule within 3 calendar days. At a minimum, the estimated start and completion dates shall be shown. EXECUTION 1. PROJECT MEETINGS: A. Pre-Work Conference: 1. 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. The Contractor, subcontractors and the persons responsible for coordination of the work shall be present at the meeting. 3. The Contractor shall be prepared to summarize and explain procedures planned for the project and present the submittals requested in the specifications. B. Progress Meetings: 1. Meetings shall be held at the project site, or as determined by the Contracting Officer. 2. Meetings may be called by either the Contracting Officer or the Contractor. Request shall state who should attend and include an agenda. C. Final Inspection: 1. Meetings shall be held at the project site, or as determined by the Contracting Officer. 2. The Contractor shall notify the Contracting Officer in writing at least two working days before the completion date so the Government can schedule final inspection. 3. The superintendent shall be present during this final inspection. 2. SUMMARY: A. Section Includes: Application of pelleted herbicides with Contractor-furnished property using aircraft at the locations shown on the drawings. B. References: E.P.A. Registration No. 62719-121, E.P.A. Est. 39578-TX-1 3. SUBMITTALS: A. Requirements: Furnish three copies of written certification from the supplier of the Contractor furnished herbicide that it conforms to the requirements of this section. Submittals shall be in accordance with Paragraph 3, Submittals of the General section of this statement of work. 4. PROJECT CONDITIONS: A. Work Limits: The government may define with conduit and flagging the outer perimeter of areas to be treated and areas within such perimeter which are to be excluded from herbicide application. The government provided shape files will be the final authority on the areas to be treated and excluded. B. Work Hours: Pelleted herbicide application will be permitted only during daylight hours. C. Work Days: Pelleted herbicide operations will be permitted on every day of the week and holidays. D. Landing Facilities: The Contractor shall obtain required landing facilities. The contractor assumes full responsibility and liability for airstrips or landing areas used. E. Environmental Conditions: Aircraft will not be allowed to release pelleted herbicide or turn within 500 ft. of agricultural crops or residences having plants susceptible to damage from herbicide when using rotor wing aircraft capable of applying pellets at speeds of 60 mph or less. F. Special Requirements: Time is of the essence. Failure to commence actual herbicide operations within five (5) calendar days from date of receipt of notice to proceed, weather permitting as determined by the Contracting Officer, will be considered cause for terminating contractor's right to proceed under the contract clauses of this contract. Application shall not be made during rain storms nor when winds affect application uniformity, or velocity exceeds 15 miles per hour or when ground surface conditions are unsuitable (snow or ice on ground). 5. PERSONNEL: A. Pilots: Shall be furnished by the Contractor and shall meet certification requirements of Federal Aviation Regulations for this type of work and be licensed to aerially apply herbicides in New Mexico. B. Ground Crew: Shall be furnished by the Contractor. 6. PRODUCTS: Materials: A. The Contractor shall deliver Contractor-furnished herbicide in original, unopened containers. B. Herbicide: Spike 20P shall conform to the following: Active Ingredient(s): Tebuthiuron* N-{5-(1,1-dimethylethyl)-1.3.4- thiadiazol-2-y1}-N,N-dimethylurea.................20.0% Inert Ingredients.................................80.0% Contains 5 pounds active ingredient per 25 pound bag. EPA Reg. No. 62719-121 7. EQUIPMENT: A. Aircraft: 1. General: The Contractor shall furnish aircraft to apply pelleted herbicide to the designated areas in the time specified. 2. Type: Aircraft used shall be rotor wing capable of applying pelleted herbicide at 60 mph maximum. B. Pellet Dispersing Equipment: Aircraft shall be equipped to carry pellets with a positive metering device complete with release, shutoff, and spreading device which can be calibrated for application of pellets at the prescribed rate and uniform pattern. C. Special Aircraft Requirements: Contractor shall furnish properly equipped aircraft with pilot(s) experienced in applying herbicides on rough terrain at high elevations. D. Flagging Materials and Equipment: Shall be furnished by the Contractor. 8. PREPARATION: A. Wind Conditions: Aerial application of herbicide shall not be done when the wind is not at a constant velocity or exceeds 15 mph. B. Flight Paths: Irregular paths of flight will result in immediate stoppage of work. Corrective action shall be taken immediately by the Contractor to insure evenly spaced, straight, and regular flight paths and complete coverage of areas included in the application job. 9. APPLICATION A. General: The entire surface within the designated boundaries of the project area shall receive uniform coverage with the herbicide except areas excluded by the Government. Areas excluded from the herbicide operation within the designated boundaries will not be included in the acreage computed for payment. B. Rates of Application: Herbicide shall be distributed at the rate of 0.75 pounds of active ingredient per acre. Refer to the Work Data Sheet for the specific rates of application by project. C. Swath Width: Shall not exceed 70 foot for rotor wing aircraft. D. Flight Height: Shall be low enough to obtain proper distribution and uniform coverage of herbicide, but no lower than 100 feet above ground level to allow for proper herbicide dispersion. Pellet application shall not be made during a rainstorm, snow, or when the ground is frozen. Aircraft shall be operated in conformance with Federal Aviation Regulations. E. Flight Strips: Shall be patterned and flown to secure a uniform distribution of herbicide. Such distribution shall not vary more than 10% above or below the average distribution of herbicide per acre. F. Differentially Corrected Global Positioning System (DGPS) Navigation: General: DGPS is required for this contract. DGPS shall be used for aircraft guidance and tracking. The contractor shall provide all guidance equipment, materials, computers, printers, personnel, and services require for the system to be used. The guidance equipment shall be capable of accurately guiding the aircraft, while flying at application altitude, along parallel flight lines equal to the designated swath width of the application aircraft. The system shall be sufficiently sensitive to provide immediate deviation indications and sufficiently accurate to keep the aircraft on the desired flight path. Accuracy: The DGPS system shall be capable of determining a differentially corrected location with an error of no more than one (1) meter on the horizontal plane. The guidance system shall be capable of updating current position at a rate of five (5) times 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. Pilot qualifications: Pilot proficiency and evidence of prior experience with the proposed DGPS system must be demonstrated prior to approval for usage during the contract. Equipment Requirements: Software: Software provided with DGPS shall be designed for parallel offset in increments equal to the assigned swath width of the application aircraft. Flight Log: Must be capable of: 1. a minimum rate of one-second logging intervals. Full record includes position, time, altitude, speed, track, application system on/off, aircraft number, pilot, job name/number, and differential correction status. 2. calculating and showing total acres treated during the flight. 3. downloading daily, or more often as needed, to an onsite (landing strip) computer for post-flight analysis and review. The flight log must show the entire flight of the aircraft from takeoff to landing and differentiate between spray-on and spray-off when viewed on a computer monitor or color printer. Export files of each flight shall be provided and shall be compatible with ARCMAP 9.2 system on a standard compact disk or through email. 4. zooming in on any portion of the treatment to view a specific area with greater detail. Hardware: Shall possess the following features: Visual display monitor: (1)Capable of displaying swath width over flight path: (2) mounted in aircraft in a location that will allow the pilot to view the screen with direct or peripheral vision without looking down; (3) may display in real time or be available for in-flight access immediately after application has ceased. Control Keypad: The keypad shall: (1) be able to input reference waypoints (A-B line): (2) have a feature which alerts pilot when they are about to enter or exit a specific treatment block or an exclusion area within a block: (3) have a method to display nested polygons to indicate sensitive or no-spray areas within or adjacent to treatment blocks: (4) have a feature that allows the pilot to return to the exact location of application shutdown and complete application without omitted or doubled treated areas. Course Deviation Indicator (CDI): The course deviation indicator or course deviation light shall have the capability to display both cross-tract error and intercept angle to desired heading. The CDI must be installed on the aircraft in a location that will allow the pilot to view the indicator with direct or peripheral vision without looking down. Cross-track error shall be adjustable down to one (1) foot. Memory: Shall be capable of storing up to 8 hours of continuous flight log data. Operator Certificate: Contractor shall hold an agricultural aircraft operator certificate issued by the Federal Aviation Administration, and will operate aircraft used in the project as agricultural aircraft. 10. FIELD QUALITY CONTROL: A.Tests for Uniformity: The Contracting Officer will make tests to determine uniformity of herbicide application. B. Tests for Rate of Application: Rate of herbicide application will be determined from test flights and calibration made prior to commencement of pelleting operations to establish setting of the distribution mechanism. Test flights and calibration checks shall be made as often as necessary to insure the distribution mechanism is calibrated correctly. 11. METHOD OF MEASUREMENT A. Units: Application of herbicide will be measured and paid for by the number of acres treated to the nearest whole acre. B. Measurement: The determination of the acreage of completed work will be made from GPS/GIS calculations from the export files of the contractor, the actual amounts of herbicide loaded into the aircraft applied at the correct rate per acre, along with field observations to insure proper herbicide placement. Area measurements required under this Contract will be measured on a horizontal plane. 12. BASIS OF PAYMENT A. Payment: Payment will be full compensation for the work described in above. Payment will be made on the determination of the acreage of completed work multiplied by the unit price per acre established in the Bid Schedule. WORK DATA SHEET Project Name Application Rate Area Lazy UT Spring Spike 0.75 lbs. Tebuthiuron A.I. per acre 2,200 Acres Hondo Rotor Spike 0.75 lbs. Tebuthiuron A.I. per acre 1,000 Acres EVALUATION CRITERIA Award shall be made to that offeror whose quotation is determined to represent the best value to the Government. A. PRICE B. Past Performance Past Performance is considered equal to price. C. Award will be made to the offeror whose price is most advantageous to the government. Hourly rates shall be inclusive of all direct labor, indirect costs, in the performance of the tasks. The following FAR clauses are applicable under this synopsis/solicitation: 52.212-1, 52.212.2, 52.212-3, 52.212-4, 52.212-5. The full text of these Commercial Items clauses are available at www. arnet.gov. The Service Contract Act applies to this action and Wage Determination # 1995-0222 Rev 21 dated 5/29/2007 is incorporated Offers are being accepted by electronic mail to mary_ann_crafton-williams@blm.gov. Offers must be submitted on company letter head with contact information and are due no later than 12:00 noon on September 7, 2007. For information regarding this Request for Quotation please contact Mary Ann Crafton-Williams at 505-761-8946.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1338598)
 
Place of Performance
Address: Eddy County, New Mexico
Zip Code: 882012019
Country: USA
 
Record
SN01391080-W 20070901/070830222555 (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.