Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2007 FBO #2208
SOLICITATION NOTICE

F -- Utah - Milford Flat Fire Seed Mixing, Millard County

Notice Date
12/11/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-UT UTAH STATE OFFICE* 440 WEST 200 SOUTH, SUITE 500 PO BOX 45155 SALT LAKE CITY UT 84101
 
ZIP Code
84101
 
Solicitation Number
JSQ084018
 
Response Due
12/26/2007
 
Archive Date
12/10/2008
 
Point of Contact
Susan Cowin Contracting Officer 8015394177 susan_cowin@blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement for a contractor to mix approximately 284,600 lbs of seed. 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; proposals are being requested and a written solicitation will not be issued. The Solicitation Number for this notice is JSQ084018. Receipt of offers date is 12/26/2007. Work includes: Mix and bag range seed in 50 lb bags. Contractor to provide seed bags, shrink wrap, labels and generator (no power available in delta seed warehouse). Stack mixed seed bags on pallets and shrink wrap each pallet. 284,600 lbs @ $__________/lb = $_______________ total cost. Statement of work: A. Description of Work: PLEASE CONTACT SUSAN COWIN @ 801-539-4177 OR DAVID WHITAKER 435-743-3110 FOR SEED MIX. Contractor shall furnish all labor, equipment, tools, materials, supervision, supplies and incidentals to mix and bag an estimated 284,600 pounds of rangeland grass, shrub, and forb seed according to the specific seed mixes provided. Exact seed species and quantity of species mixed will depend upon seed availability and arrival at the time seed is mixed. Work in this project shall comply with all Federal, State, and local regulations. Work shall begin January 2, 2008 and shall be completed by January 9, 2008.B. Location: Work under this contract shall be performed at: Delta Seed Warehouse 700 North Hwy. 6 Unit # 7 Delta, Utah 84624. Environmental Considerations: The seed warehouse area shall be kept clean for the duration of the contract work. At a minimum, the Contractor shall sweep the warehouse floor at the end of each work day. Once all seed mixing is completed, the warehouse shall be cleaned up, and all refuse shall be removed by the Contractor. The Contractor shall be responsible for disposal of all refuse material in a manner consistent with State, Federal, and local laws and for all expenses incurred with disposal. CONTRACTOR FURNISHED MATERIALS: Equipment: Contractor shall provide labor, seed mixing equipment, scale, seed bags, portable sewing machines, generator (the seed warehouse does not have power), sewing string, tags or markers (to identify seed mix on each individual seed bag), and shrink wrap (to secure seed bags on pallets). All expenses relating to maintenance and operation of equipment shall be included in the unit price for mixing. Requirements: The bags shall be weighed by the Contractor and are to range between 48 to 52 pounds per bag. Each bag shall be securely sewed shut. Contractors shall label each individual bag of seed by seed mix. Contractors shall securely stack bags on pallets and wrap each pallet stack with shrink wrap. The pallets shall be stacked no higher than eight (8) feet high with 2000 pounds (i.e. 40 bags) per pallet. GOVERNMENT FURNISHED PROPERTY: Seed: Seed provided by the government shall be tested and determined to be weed free, and shall be separated by species and lot numbers. Seed Name Available Seed Dribbler Mix BAR Mix Drill Mix (Mix C2) Crested WG-Hycrest 50,650 50,650 Crested WG-Kirk 14,100 14,100 Siberian WG-Vavilov 18,950 18,950 Siberian WG-P27 5,000 5,000 Snakeriver WG-Secar 10,500 10,500 Tall WG-Alkar 20,000 20,000 Western WG-Arriba 25,000 25,000 Russian WR-Bozoisky 11,300 11,300 Russian Wildrye-Swift 9,900 9,900 Bottlebrush Squirreltail 5,300 5,300 Indian Ricegrass-Nezpar 10,200 10,200 Indian Ricegrass-Rimrock 11,000 11,000 Sand Dropseed 12,000 12,000 Alkali Sacaton 4,000 4,000 Shadescale 3,000 3,000 Fourwing Saltbush 22,000 4,800 10,000 7,200 Forage Kochia-Immigrant 45,750 42,000 3,750 Gooseberryleaf Globemallow 100 100 Scarlet Globemallow 1,300 1,100 200 Munro Globemallow 550 500 50 Palmer Penstemon 4,000 3,500 500 Totals 284,600 10,000 66,850 207,750 Storage: The storage building for seed storage is on site. Equipment: A forklift with operator shall be on site to assist in moving the seed. Pallets will be furnished. A portable toilet will also be available. QUALITY ASSURANCE: 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 these specifications. Conflict: Where a conflict occurs between reference documents and project specifications, the project specifications shall govern. PROJECT/SITE CONDITIONS: Environmental Considerations: Clean-up: Project sites shall be cleaned up, and all refuse removed by the Contractor. The Contractor shall be responsible for disposal of refuse materials in a manner consistent with State, Federal, and local laws and for all expenses incurred with disposal. SEQUENCING AND SCHEDULING: Work Schedule: The Contractor shall mix seed on daylight hours Monday through Friday. Mixing may be done on Saturdays with oral permission from the Contracting Officer. Seed shall be mixed starting January 2, 2008. All mixing shall be completed by January 9, 2008. As such, the Contractor needs to mix at least 50,000 pounds per day. PRODUCTS. Requirements: The bags shall be weighed by the Contractor and are to range between 48 to 52 pounds per bag. Each bag shall be securely sewed shut. Contractors shall label each individual bag of seed with the name of the seed mix (i.e. Dribbler Mix, BAR Mix, and Mix C2). Bags may be labeled with tags, paint/permanent ink stencils, or with permanent markers. Contractors shall neatly stack bags on pallets and wrap them securely with plastic wrap. The pallets shall be stacked no higher than eight (8) feet with 2000 pounds (40 bags) per pallet. The pallets to be used are standard 40" x 48" pallets. Mixing: Proposed seed mixtures shall be mixed in the following mix proportions. Seed mixes will be done by lot number of each species. Exact seed species and quantity of species mixed will depend on availability and arrival at the time the seed is mixed. EXECUTION: PROJECT MEETINGS: Pre-Work Conference: 1. Notification: A pre-work conference will be held prior to the start of work. Contracting Officer's Representative will be David Whitaker @435-743-3110. 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. Attendance: The Contractor, subcontractors and the persons responsible for coordination of the work shall be present at the meeting. 3. Presentation: The Contractor shall be prepared to summarize and explain procedures planned for each project and present the work schedule requested in the specifications. B. Progress Meetings: 1. Location: Meetings shall be held at the project site, or as determined by the Contracting Officer. 2. Notification: Meetings shall be called by either the Contracting Officer or the Contractor. The request shall state who should attend. C. Final Inspection: 1. Location: Meetings shall be held at the project site, or as determined by the Contracting Officer. 2. Notification: The Contractor shall notify the Contracting Officer's Representative in writing at least 3 working days before the completion date so the Government can schedule final inspection. 3. Deficiencies: The Contractor shall correct all deficiencies and projects will be re-inspected by the Contracting Officer. PREPARATION: A. Work Layout Requirements: The Contractor shall immediately upon entering the project sites layout equipment, identify seed species, and begin work. PART 4: MEASUREMENT AND PAYMENT A. Units: The work described in this section will not be measured for payment. BASIS OF PAYMENT: A. Payment: No direct payment for the work described under this section will be made. The Contractor shall include consideration for this item in the bid price for other items of the Contract. The solicitation document and the incorporated provisions and clauses are those in effect through FAC 2005-19. The following FAR clauses are applicable under this solicitation/synopsis: 52.212-1, Instructions to Offerors; 52.212-2, Evaluation of Offers. 1. Technical Capability: Offeror to be regularly established in the business called for this Solicitation. 2. Past Performance: The Government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis. 3. Price. Technical Capability and Past Performance, when combined are of greater importance when compared to price. 52.212-3, Offeror Representations and Certifications - Commercials Items (Offeror to provide complete copy with offer); 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items; 52.219-06, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1, buy American Act, Supplies; 52.232-29, Terms for Financing of Purchases of Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-36, Payment by Third Party, 52.222-50, Combating Trafficking in Persons; 52.222.41, Service Contract Act of 1965 as Amended, WAGE DETERMINATION NO. 2005-2531, REV. 4, DATED 08/14/2007 APPLIES; 52.222-42, Statement of Equivalent Rates for Federal Hires; 1452.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Department of the Interior (Deviation); 52.204-06, Data Universal Numbering System (DUNS) Number; 52.228-5, Insurance - Work on a Government Installation; 52.233-3, Protest After Award; 1452.233-2, Service of Protest - Department of the Interior (JUL 1996) (Deviation); 1510.283, Contracting Officer's Representative. The North American Industry Classification System Number for this procurement is 115114. Additionally, offerors are required to obtain a Dun and Bradstreet (DUNS) Number (www.dnb.com) and register at www.ccr.gov (Central Contractor Registration) to be eligible for award of a Federal contract. This service is provided for convenience only and does not serve as a guaranteed notification. Subscribers to this service are ultimately responsible for reviewing this site for all information relevant to this solicitation. Prospective offerors will be required to visit this website periodically to check for amendments and other changes to contract documents. No other notification will be sent. This solicitation is 100% set-aside for Small Business. See Numbered Note 1.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1389801)
 
Record
SN01467837-W 20071213/071211224252 (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.