Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

68 -- FORT BRAGG AERIAL APPLICATION FOR RED IMPORTED FIRE ANT CONTROL

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
115114 — Postharvest Crop Activities (except Cotton Ginning)
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-08-T-0044
 
Response Due
4/7/2008
 
Archive Date
6/6/2008
 
Point of Contact
Mark A. McKinney, 910-396-5111
 
E-Mail Address
Email your questions to ACA, Fort Bragg
(mark.anthony.mckinne@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE 1. 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; qu otes are being requested and a written solicitation will not be issued. Solicitation number is W91247-08-T-0044,and must be referenced in all correspondence. This RFQ is set-aside for small businesses and the applicable North American Industry Classifica tion System NAICS code is 115114 with a size standard of $6.5 million. The anticipated period of performance is 25 May 2008 through 30 September 2008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acq uisition Circular 2005-24 effective 28 February 2008. It will be the responsibility of the contractor to check the Army Single Face to Industry website: https://acquisition.army.mil/asfi or Fed BizOps website at http://www.fbo.gov, for any changes/updates to the RFQ. No hard copies will be issued. Questions must be submitted by April 2, 2008 via email to mark.anthony.mckinne@conus.army.mil. All quotes are due April 7, 2008 at 3:00 PM EDT. Quotes may be e-mailed to mark.anthony.mckinne@conus.army.mil o r faxed to 910-396-5603. PERFORMANCE WORK STATEMENT: SCOPE OF WORK: FY 2008 FORT BRAGG AERIAL APPLICATION OF (AMDRO FIRE ANT BAIT, EPA Registration Number 241-322) FOR RED IMPORTED FIRE ANT CONTROL 1. GENERAL: The Contract or shall furnish all labor, tools, supervision, material including pesticides, parts, equipment, and transportation necessary to provide aerial application of pesticide treatment for Red Imported Fire Ants infestation in accordance with applicable specific ations and requirements as set forth in this contract. 1.2 Shape files and Maps: A map showing an overview of Fort Bragg and Camp Mackall is provided (Fig. 1). All streams, rare plant occurrences, red-cockaded woodpecker (RCW) clusters and wetlands will be avoided. Coverages as shape files depicting features to be avoided will be provided 1.2.1. Aerial Treatment: Due to topography, substrate instability, and acreage, aerial treatment shall be required for these sites. Aerial treatment is fast er and economical and it also gives a better coverage than ground application. This type of treatment requires a greater degree of logistical planning before the treatment event. 1.2.1.1. Treatment areas are on the drop zones and are an estimat ed 5,579 acres. Drop Zones to be treated include Sicily, Normandy, Holland, Salerno, Nijmegen, St. Mere Eglise, Rhine Luzon and Mackcall. 1.3. Certifications/Licenses. 1.3.1. The contractor shall apply pesticides in accordance with Sta te of North Carolina Pesticide Laws, Federal Environmental Laws (FIFRA, NEPA, CWA, and ESA) Pesticide Acts, and EPA regulations. 1.3.2. The Contractor shall possess a current qualified North Carolina Applicator Certificate. 1.3.3. The Contr actor shall possess a current qualified North Carolina Applicator Pest Control Aircraft Pilot Certificate issued by the state in which he resides and applicable to the state of North Carolina for Pesticide Regulation. 1.3.4. The Contractor shall b e responsible for the prevention, control, and abatement of pollution. Such prevention, control, and abatement shall meet the requirements of the U.S. Government. The contractor shall be immediately report any spills to the COR and the Environmental Divis ion Chief, Mr. Dave Heins (910-396-8207). 1.4. PERSONNEL 1.4.1. Project Manager. The Contractor shall provide a project manager who is responsible for the performance of the work. The Contractor shall provide the name of this person and an alternate(s), in writing, to the Contracting Officer within seven (7) days of contract award date. The alternate(s) shall act for the Contractor when the prim ary project manager is absent. 1.4.1.1. The Contractor shall provide a phone number for the project manager and alternate(s) during duty and nonduty hours to the COR. This individual shall be responsible for overall management and coordination o f this contract and available within one (1) hour to meet with Government personnel designated by the Contracting Officer to discuss problem areas. The Project Manager or designated alternate shall be available within two (2) hours after normal duty hours . 1.4.1.2. The project manager and alternate(s) must be able to read, write, speak and understand English. 1.4.1.3. Employees: The Government has the right to restrict the employment of any Contractor employee, or prospective Contrac tor employee, who is a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 1.5.2.1. Contractor personnel shall present a neat appearance and be easily recognized by u niform with company name tag and by wearing a clearly visible and readable individual identification badge. The Contractor shall furnish the identification badge made of durable material, which includes the Contractor's company name, employee's name and c urrent or recent picture. The Contractor shall ensure accountability of badges and provide a list of badge numbers and personnel to the Contracting Officer and COR no later than ten (10) days after contract award and updated as changes occur. 1 .6. Liability. 1.6.1. The Contractor shall not hold the United States or any of its officers, agents, or employees responsible for any loss, expense, damage to property, or injuries to persons which may arise from, or be incident to the completion o f this contract. 1.6.2. The Contractor shall be fully and totally responsible for the prevention, control, and abatement of pollution, damage to the property of the United States or private landowners while completing this contract. It is the sole responsibility of the contractor to clean up any spills or misapplication in any form. This responsibility also includes the disposal of any excess pesticides and used containers. 1.6.2.1. Pesticide misuse, which includes use inconsistent with the label, is a violation of Federal Law. In accordance with DoD policy (see DoD 4150.7-P), Fort Bragg personnel will record and report any instances of pesticide misuse and falsification of records by the contractor to the State of North Carolina. Furth ermore, Fort Bragg personnel will cooperate with the State and the U.S. EPA in any subsequent investigation or actions. 1.6.4.Prior to initiating work, the Contractor shall provide proof of insurance to the Contracting Officer Technical Representati ve (COTR), Tommie W. Campbell(910 907-2160), to meet or exceed the requirements outlined for pesticide applicators by the state of North Carolina. 1.6. HOURS OF WORK. The Contractor shall accomplish contract work between the hours of 7:30 a.m. and 4 :00 p.m., Monday through Friday. Treatment times shall be approved by the Technical Representative (TR), Land Rehabilitation and Maintenance Coordinator (910 432-1186) and Range Control. 1.7. Contract Period: Contract performance period shall begin 25 May  30 September 2008 or date of award if later, and shall end 30 September 2008, both dates inclusive, unless terminated sooner under the provisions of this contract. The Contractor shall perform the required work diligently and weather permitting, completing entire work performance as directed by the Directorate of Contracting or the COR. 1.7.1. The Contractor shall schedule and attend a pre-award meeting at building 31137, Environmental Compliance Branch, Main Office, Directorate of Public Works, prior to scheduling any work to start. To schedule this meeting (no less than one week prior treatment dates) contact Tommie W. Campbell (910 907-2160) M onday through Friday, 6:30 A.M. to 3 P.M. At the pre-work conference, the contractor will be prepared to present a tentative starting date and schedule of work for COR approval. 1.8. INSPECTION: 1.8.1. Contract work shall be conducted under t he general oversight of the Range Control Training Division or its authorized Technical Representative (TR) and is subject to inspection to ensure strict compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without written authorization of the Director of Contracting, nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. 1.8.2. Treatment of Red Imported Fire Ants required hereunde r shall be inspected and accepted by the COR. 1.8.3. Chemical applications shall be monitored and rate of application may be tested by representatives of the state of North Carolina. Comment  why the state get involved in testing the rate of applic ation? Is this a requirement by the state? 1.9. QUALITY CONTROL. The Contractor shall establish and maintain a complete Quality Control Plan to ensure it meets the requirements of the contract. The Contractor shall provide one copy of the Qualit y Control Plan to the Contracting Officer not later than the prework conference. The Contractor shall provide an updated copy to the Contracting Officer as changes occur. 1.9.1. Quality Control Manager. The Contractor shall provide a quality control manager who is responsible for the quality performance of this contract. The Contractor shall provide the name of this person and an alternate(s), in writing, to the Contracting Officer within seven (7) days of contract award date. 1.9. 1.1. The Contractor shall provide a phone number for the quality control manager and alternate(s) during duty and nonduty hours. This individual shall be responsible for quality management of this contract and shall be available within one (1) hour to me et with Government personnel designated by the Contracting Officer to discuss problem areas. The Quality Control Manager or designated alternate shall be available within two (2) hours after normal duty hours. 1.9.1.2. The Quality Control Manage r and alternate(s) must be able to read, write, speak and understand English. 1.9.1.3. The Quality Control Manager shall provide systematic inspections of all work requirements as identified in this contract or as directed by the COR. The Qual ity Control Manager shall provide the COR with a copy of the monthly quality control inspection schedule one month prior to scheduled inspection. 1.9.2. The plan shall include: 1.9.2.1. An inspection system covering all the services listed on the Performance Requirements Summary. It must specify the areas to be inspected on either a scheduled or unscheduled basis, how often inspections will be accomplished, or the title of the individual(s) who will perform the inspection. 1.9.2.2 . The methods for identifying and preventing defects in the quality of service performed before the level of performance becomes unacceptable. 1.9.3. The Quality Control Manager shall make all onsite records of inspections conducted by the Contract or, and the necessary corrective action taken. The Quality Control Manager shall provide the COR with a copy of the results of his inspections on a daily basis. 1.9.4 Corrective Actions. The Contractor shall take action to correct deficiencies a ny time the Contracting Officer determines the quality control system, personnel, instructions, controls, tests, or records are not providing results which conform to contract requirements. 1.10. QUALITY ASSURANCE. The government will evaluate the Contractor's performance under this contract using 100% inspection. The government will record all surveillance observations. When an observation indicat es defective performance, the COR will request the Contractor's representative to initial the observation. 1.10.1. Performance Evaluation Meetings. The Contracting Officer may require the contract manager meet at least weekly with the Contractin g Officer's Representative (COR) and the Contracting Officer during the first month of the contract. Meetings will be as often as necessary thereafter as determined by the Contracting Officer. The Contractor may request a meeting whenever the government issues a Contract Discrepancy Report. The Contractor's manager, Contracting Officer and COR shall sign written minutes of these meetings. Should the Contractor not concur with the minutes, the Contractor shall so state any areas of non-concurrence in wri ting to the Contracting Officer within seven calendar days of receipt of the signed minutes. 1.11. Application Reporting. Upon completion of application, the Contractor shall submit a fully documented DD Form 1532-1 (Pest Management Maintenance Rec ord -available from the Installation ) or other designated recording form that includes applicators name and license number, date of application, target pest, pesticide name and its EPA registration number, the amount of pesticide used, where the pestici de was applied (specific ccordinance), and the wind speed, temperature and other environmental factors to the Pest Manager. This form shall be completed according to the Department of Army standards and to the satisfaction of the COR. 1.11.1 The Co ntractor shall obtain and submit DD Forms 2400, 2401, 2402 from Simmons Airfield prior to entering Fort Braggs airspace. 1.12. The Contractor shall be provided with a hand-held, portable, two-way, FM radio unit capable of transmitting and receivi ng on the same frequency as the radio units used by the Fire Dept. and Range Control. This unit will be used to communicate with the LRAM Coordinator. The Contractor will be responsible for maintaining this unit in proper working condition. 1.12.1 . The Contractor shall maintain radio communication with Range Control prior to and during operations in Fort Braggs airspace. Before applying any pesticide, the Contractor shall gain final approval of application procedures from DPTM Technical Represent ative  Range Control, (910-432-5318). 1.12.1.1. The Contractor shall coordinate treatment services with the Range Control, Larry Ingram @ (910 432-1186). 1.13. SCOPE OF WORK: The contractor shall perform contract services d uring the time period of 25 May  30 September. Actual spraying days shall be determined by the Contractor based upon prevailing wind conditions, foraging of target species within the designated treatment area(s). Treatment shall be conducted when the ta rget species is actively forging. The Contractor shall notify the Technical Representative (TR), in this case the LRAM Coordinator (910 432-2900), of his intention to spray no later than 1600 hours (4:00pm) on the day preceding spraying operations. Devia tions from anticipated spraying dates due to weather, training, or growth stages of pest may be granted by the Technical Representative (TR). 1.13.1. Treatment Application Conditions: 1.13.1.1. The contractor is solely responsible for assurin g that spray does not drift from the target area. It is his responsibility to assure that weather conditions are adequate, and that flight operations are conducted so that optimal treatment of the target area is accomplished. Avoiding drift at the appl ication site is the responsibility of the applicator. 1.13.1.2. To minimize pesticide drift, all treatment will cease when wind speeds exceed 10 mph. 1.13.1.3. A 100-meter buffer will be maintained to avoid pesticide drift contamination. < BR>8.2. Target Pest and Control Requirements. 8.2.1. Red Imported Fire Ants (RIFA), are the main target species to be managed on the drop zones. AMDRO or equal ant bait will be the product of choice to manage Red Imported Fire Ants (RIFA). 8.2.2. Fire ants are an invasive insect species in the southern US that can reach high population levels of hundreds of ant colonies per acre. 8.2.3. Follo w up applications of AMDRO or equal may be required during the fall of 2008 in order to maintain desired control. 8.2.4. All calibrations and concentrations shall be determined by the Contractor. 8.2.5. Pesticide usage for this contract shal l be AMDRO Pro Fire Ant bait (EPA REG # 241-322),(Hydramethylon, (0.73%) or equal. Application rate shall be 1.5 lbs. of AMDRO per acre or equal. The Contractor shall furnish upon request to the Installation Pest Management Coordinator any sample labels a nd treatment procedures to be used to accomplish the required work. 8.2.6. Aircraft applying the pesticide shall be equipped with a Global Positioning System (GPS) capable of reading ESRI based shapefiles created in ArcView? 3.3, and capable of pr oducing an ESRI based composite flight path shapefile depicting total treated coverage area. 9.0 Contractor Manpower Reporting. The Secretary of the Army effected an initiative to obtain better visibility of contractor services workforce. In support of the initiative, the Office of the Assistant Secretary of the Army, Manpower and Reserve Affairs, implemented a process to capture information on funding source, contracting vehicle, organization supported, mission, and function performe d, and labor hours and costs for contracted efforts. 9.1. To support the initiative, all contractors holding service contracts are required to report certain information. Contractors will report information via a Contracting Manpower Repo rt (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) require d for performance of this contract. The required information includes the following data elements: a. Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; b. Contract number, including task and del ivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mails address, identity of contractor employee entering data; e. Estimated direct labor hours (including sub -contractors); f. Estimated direct labor dollars paid this reporting period (including sub-contractors); g. Total payments (including sub-contractors); h. Predominant Federal Service Code (FSC) reflecting services provided by con tractor (and separate predominant FSC for each sub-contractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requir ing Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); k. Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); l. Presence of deployment or contingency contract language; and m. Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. 9.2. The Reporting Period will be the period of performan ce not to exceed 12 months ending September 30 of each government fiscal year. Contractors must report the information by 31 October of each calendar year . Contractors will report the required information to the CMR System. Data may be entered into the CMR system at any time during the contract's period of performance; however, data must be accurate and complete and entered into CMR during the d ata gathering period of 1 October through 30 September for every year, or part of a year, for which the contract is in force. The CMR System web address is as follows: https://contractormanpower.army.pentagon.mil. Contractors may direct questions to the help desk at 703-377-6199. 9.3. Contractors may use a direct Extensible Markup Language (XML) data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a c ontractor's systems to the secure web site without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the web site. 9.4. Contracting Of ficer's Representative. The Contracting Officer's Representative shall ensure that contractors report the required information, as set forth in the COR appointment letter and surveillance plan.
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN01542194-W 20080328/080326224517 (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.