Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
SOLICITATION NOTICE

F -- BLM Request for Proposal NAR080057, Kimball Seeding & Straw Application

Notice Date
2/14/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-BC NATIONAL BUSINESS CENTER* BC663 BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NAR080057
 
Response Due
3/3/2008
 
Archive Date
2/13/2009
 
Point of Contact
Sara Oletski Contracting Officer 3032366498 Sara_Oletski@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
Solicitation Number NAR080057 applies and will be issued as a Request for Proposals for the following services: seeding on approximately 4,765 acres using Government furnished seed and applying straw mulch on 710 acres. The project location is located Tooele County, Utah. GENERAL DESCRIPTION OF SERVICES: General - The Contractor shall seed an estimated 4,765 acres of designated areas in conformance with these specifications and the Detailed Specifications. Unless otherwise specified, the Contractor shall furnish at work sites applicator(s) experienced in applying seed in rough, rocky or mountainous terrain, all equipment, labor, supplies, and materials required to complete the job. The Contractor shall service and repair his/her equipment as necessary to maintain satisfactory progress on work. Estimated start date is March 7th and all work will be completed by March 22nd. After the Contractor has applied the seed to the designated acres above, the Contractor shall then apply straw mulch on 710 acres of steep slopes and drainages at 2 tons of mulch per acre. The Contractor shall have 45 calendar days from award to apply the straw mulch. Equipment - The Contractor shall furnish sufficient equipment to satisfactorily seed the designated areas in the time specified as required in the Detailed Specifications. Equipment shall be capable of traveling at moderate speed and low enough to give proper control and distribution of seed and straw. Communication - The Contractor shall furnish sufficient equipment to have communications with the Government either by using radio frequencies designated by the Project Inspector or by providing a radio to the Project Inspector. Seed - The seed will be furnished by the Government at the location stated in the Detailed Specifications. Contractor shall load and transport seed from the pickup point to the operational loading sites and shall be responsible for its protection from loss or damage due to weather, rodents, insects, theft, or any other hazard. Any seed damaged or lost, while in the custody of the Contractor, will be replaced by the Government, and actual cost to the Government for replacement will be deducted from payments due the Contractor. All unused seed shall be returned to the pickup point by the Contractor or nearer destination, if so directed, upon completion of work or termination of the contract. All empty seed bags shall be tied in bundles of 25 bags each and returned to the Government by the Contractor. Straw Mulch - The Contractor shall provide two (2) tons of Certified Weed Free wheat straw mulch for application by the Contractor. This is a 100% set-aside for small business. The standard NAICS classification is 115112. Size standard is $6.5 million. The Government intends to award this contract on an all-or-none basis. The solicitation will be issued on or about February 18, 2008. The solicitation may be downloaded from the IDEASEC website: http://ideasec.nbc.gov/j2ee/login.jsp. Please print the Standard form (SF-1449) and print all clauses and attachments. Proposals are due March 3, 2008 by 11:00 AM Mountain Time. Send proposals by U.S. Mail to: Department of the Interior; BLM, OC-663; Attention: Sara Oletski; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, OC-663; Attention: Sara Oletski; Mail Room, Entrance S-2; BLDG 50, Denver Federal Center; Denver, CO 80225, or by facsimile to (303) 236-9421. An award will be made, in descending order, based on technical experience, past performance and price. Submit proposals to the address indicated above. Proposals shall include the following items: 1) Pricing Schedule including unit price, 2) Applicator's experience and Company experience, 3) Past Performance from the past three (3) years as detailed in the Solicitation, 4) Completed 52.212-3 Representations and Certifications - Commercial Items (Nov 2007) (accessible at http://www.arnet.gov/far/) or statement of registration in ORCA (https://orca.bpn.gov/login.aspx), 5) Include TIN and DUNS Number, and 6) Offer must be signed. Offerors must be registered at http://www.ccr.gov to be considered for award.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1411919)
 
Record
SN01509295-W 20080216/080214230101 (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.