Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
SOLICITATION NOTICE

F -- This contract involves the aerial application of herbicide in North Dakota at Theoodore Roosevelt National Park, North Dakota and Badlands National Park, South Dakota

Notice Date
3/20/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
MWR - Black Hills Contracting - Mt Rushmore National Memorial 13000 Hwy 244, Bldg. 31, Suite 1 Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
N2149080014
 
Archive Date
3/20/2009
 
Point of Contact
Ron Eilefson Lead Contract Specialist 6055743130 Ron_Eilefson@nps.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
N/A
 
Description
The National Park Service (NPS), Theodore Roosevelt National Park, North Dakota, Badlands National Park, South Dakota, is seeking firms to provide services for Aerial Application of Herbicide under an Indefinite Delivery Indefinite Quantity contract (IDIQ). *****GENERAL: CONTACTS: For further information call or e-mail: Ron Eilefson, Contract Specialist,605-574-3130,ron_eilefson@nps.gov. CONTRACT TYPE AND AWARD: The NPS intends on awarding an Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) to one firm for aerial herbicide application. CONTRACT PERIOD: The base contract period will be for one year with options to extend for two additional one-year periods. ORDERING LIMITATIONS: The NPS will order work by issuance of firm fixed price or not-to-exceed task orders. The maximum ordering limitation will be $900,000 for the life of the contract. Each task order will not exceed $300,000. The $900,000 maximum will be spread out over the life of the contract including all option years. PROJECT SCOPE:The scope of this involves the aerial applicaiton of heribicide in North Dakota at Theodore Roosevelt National Park, South Unit in Billings County, and North Unit in McKenzie County to control the invasive species leafy spurge and Canada thistle. The work also involves application of herbicide at Badlands National Park in Pennington County south Dakota to control Canada thistle. Both National Park Units are characterized by rugged badlands terrain, with elevations averaging 2,500 feet. REQUIRED SERVICES: The contractor shall furnish all equipment and vehicles necessary to produce a final application. The pilot(s) must posess skill in leafy spurge and Canada thistle identification at various growth stages while applying herbicide. The contracor shall provide sufficient equipment to satisfactorily spray the designated areas in the time specified herein. Equipment shall be capable of traveling at moderate/slow speeds to ensure proper control and distribution of herbicide. The contractor shall profide all necessary herbicide mixing and transport trucks, fuel trucks, and water trucks. Water for mixing and applicaiton is the responsibility of the contractor. Personnel to operate the above equipment and qualified mechanics shall be required of the contrctor. An on-site representative who can act on all maters relating to contractual matters shall be designated. The contractor shall provide all security and maintenance of their equipment. The contractor shall make the final determination of helispot locations. Loading and mixing ares shall be mutually established between the Government and the contractor. All operations shall confirm to Federal Aviation Administration (FAA) requirements, manufacturer's herbiced label instrucitons, and the appropriate state and federal requirements for storage, transportation, application, and disposal of herbicides. The contractor shall posess a vaid North Dakota and South Dakota commercial aerial applicator's license. The contractor is resposible for the repair or replacement of any faulty or substandard equipment within 48 hours. PROJECT LOCATIONS: The primary area of project work and task orders will be located at Theodore Roosevelt National Park, North Dakota and Badlands National Park, South Dakota. ORGANIZATION: The firm selected for contract award shall be predominately an aviation company. REGISTRATION / LICENSING: Where applicable, the listed company shall be licensed / registered to practice in the state in which the project is located. *****SELECTION / EVALUATION / AWARD PROCESS: SELECTION PROCESS: Interested firms shall submit their qualifications to perform the services noted above. An NPS evaluation panel will evaluate each company's qualifications in terms of the evaluation criteria noted below. Based upon their evaluations the panel will select a firm for interviews. An interview will be conducted with the firm selected. The Government reserves the right to award without disucssions. Based upon all information obtained the evaluation panel will provide to the Contracting Officer a final selection list which states in order of preference firms considered most highly qualified to perform the work. The Contracting Officer will issue a Request for Proposal to the highest ranked firm. The firm shall be issued a Task Order for the first project based on this initial discussion which will take place at Badlands National Park. The proposal shall include unit pricing for the stated services as well as a subcontracting plan if applicable. The NPS and the firm shall attempt to negotiate a mutually satisfactory contract. EVALUATION CRITERIA: Evaluation and selection of the firm will be based on the following evaluation criteria, listed in descending order of importance: 1)Provide written evidence that all pilots applying herbicide on this project have at least 5 years of aerial application includiing aircraft GPS technolcolgy treaging Canada thistle and leafy spurge. Provide evidence of extensive training and experience in operating equipment, specifically nurse trucks. Provide the nexessary trained, qualified and experienced personnel needed for mixing and loading herbicide, and properly servicing all aircraft. Ground support personnel shall be equipped and trained to take proper action in an amergency. Provide evicence of standard personnal proctive equipment and safty precuations shall be observed in handling the herbicide solutions A resume of the background, skills and experience of each individual who will work on the project and prcise definitin of his/her role must be included. 2) Prior experinece/Past experinece: Provide written documentation for the past three to five previous clients over a 3 year period of time that demonstrates quality of work, timeliness of performance and cost controls. 3)Technical Capability. Provide written documentation of previous incidents and accidents. The NPS requies fully discolsed informaiton regrding accidents or spills within the past 5 yers and or herbice applicaiton violations. Discolosure as to what equipment will be available including but limited to aircraft and nurse truck(s) to efficiently complete the project. EVALUATION : In addition to other factors, Statements of Qualifications will be evaluated on the basis of advantages and disadvantages to the NPS that would be considered advantageous to the National Park Service . FORMAT: It is recommended that submissions be spiral bound and developed and assembled in a manner that addresses the Evaluation Criteria. Provide three copies of all submitted information. The magnitude of this project is between $500,000 and $1,000,000. NAICS Code is 115112, P&S:F001. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS WILL BE NOT BE ACCEPTED. This solicitation will be available ONLY!! at the DOI Webiste (http://ideasec.nbc.gov) O/A: March 31, 2008 and unless amendmes are issued extending the solicitaiton, the offers are due in this office on April 10,2008 at 2:00 PM MT. In order to download a copy of the solicitation vendors will be asked to register their company with the electronic commerce websiste. Be prepared with your company DUNS Number, available from Duan and Bradstreet at 1-888-546-0024 and your Federal Tax Identification Number (TIN). All vendors should pre-regiser with ORCA and the CCR by logging into http?www.ccr.gov. Your point of contact for this project is Ronald Eilefson,Contracting Officer, 605-574-3130, email: ron_eilefson@nps.gov. All reponsible sources may sumbit a proposal which if submitted in a timely manner will be considered. The Government reserves the right to cancel this announcement and resulting solicitatiion. This announcement does not constitute a Soliciation.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2863356)
 
Place of Performance
Address: Theodore Roosevelt National Park, North Dakota Billings County Badlands National Park, South Dakota Jackson County
Zip Code: 57751
Country: USA
 
Record
SN01537747-W 20080322/080320233917 (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.