Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

F -- Aerial application of Clearcast

Notice Date
9/9/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
101818Q455
 
Response Due
9/16/2008
 
Archive Date
9/9/2009
 
Point of Contact
Karl Lautzenheiser Contracting Officer 5032312052 Karl_Lautzenheiser@fws.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation from the U.S. Fish and Wildlife Service to aerially apply Clearcast herbicide (EPA Reg# 241-437) at a rate of 64 ounces per acre in a tank mix with aquatic glyphosate (e.g., Rodeo, Aquamaster, Aqua Neat) at a rate of 6 pints per acre, plus appropriate adjuvants, on approximately 186 acres to control Phragmites (Phragmites austrials) at the Mid-Columbia River National Wildlife Refuge Complex, Handford Reach National Monument/Saddle Mountain National Wildlife Refuge, 64 Maple Street, Burbank, Washington 99323. Project is estimated to be begin approximately September 22, 2008 and be completed by October 19, 2008 and will likely take three to five days to complete. Project is 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is 101818Q455 and is issued as a Request for Quotes (RFQ). RFQ 101818Q455 may be viewed thru a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at "http://www.fedbizopps.gov" or "http://www.nbc.gov". For assistance in downloading information from the National Business Center contact the helpdesk at (703) 390-6633. No further notice will be posted on Fedbizopps. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. This is a Set Aside for Small Business. The NAICS is 115112. The small business size standard is 6.5 million. This will be a "best value" procurement with award based on past performance with similar work over the last three years, written work plan indicating precisely how work will be accomplish, including qualifications of key personnel and site supervision; and price. Past performance and work plan with key personnel when combined, are significantly more important than price. The statement of work for these services is as follows: STATEMENT OF WORK - Aerial Application of Clearcast and Aquatic Glyphosate for Control of Phragmites 1. GENERAL: 1.1 The U.S. Fish and Wildlife Service, Mid-Columbia River National Wildlife Refuge Complex, Hanford Reach National Monument/Saddle Mountain National Wildlife Refuge, 64 Maple St., Burbank, WA 99323, has a requirement to aerially apply Clearcast herbicide (EPA Reg#: 241-437) at a rate of 64 oz/acre in a tank mix with aquatic glyphosate (e.g., Rodeo, Aquamaster, Aqua Neat) at a rate of 6 pt/acre, plus appropriate adjuvants, on approximately 186 acres to control Phragmites (Phragmites australis). 2. DEFINITIONS: 2.1 GIS: Geographic Information System 2.3 GPS: Global Positioning System 2.4 Hanford: U.S. Department of Energy, Hanford Site 2.5 Monument: Hanford Reach National Monument/Saddle Mountain National Wildlife Refuge 2.6 Ringold Unit: Ringold resource management unit of the Hanford Reach National Monument 2.7 River Unit: Columbia River corridor resource management unit of the Hanford Reach National Monument 2.8 SMNWR: Saddle Mountain National Wildlife Refuge resource management unit within the Hanford Reach National Monument 2.9 USFWS: U.S. Fish and Wildlife Service, Mid-Columbia River National Wildlife Refuge Complex 2.10 Wahluke Unit: Wahluke resource management unit of the Hanford Reach National Monument 3. SCOPE: 3.1 The contractor will selectively broadcast treat approximately 137 acres of Phragmites within approximately 475 acres on the SMNWR. The contractor will aerial spot treat approximately 49 acres of Phragmites within approximately 2,980 acres within the Ringold, River, Wahluke, and SMWNR Units, using a modified TimberMark Aerial Spray System, helicopter Spray Ball, or similar system. 3.2 The contractor will aerially apply by helicopter a tank mix of Clearcast herbicide, aquatic glyphosate (e.g., Rodeo, Aquamaster, Aqua Neat), and all appropriate adjuvants on approximately 137 acres of Phragmites within areas that have been pre-defined and mapped within a GIS by USFWS. These pre-defined areas encompass approximately 475 acres (i.e., 137 acres of patchy weeds will be selectively broadcast treated within 475 acres). The contractor will apply Clearcast at a rate of 64 oz/acre, aquatic glyphosate at a rate of 6 pt/acre, and adjuvants at appropriate label-identified rates (including, but not limited to, non-ionic surfactants, depositional aids, anti-foaming/de-foaming agents, and drift control agents), in ?6 gallons of water per acre. 3.3 The contractor will aerially spot treat by helicopter (using a modified TimberMark Aerial Spray System, helicopter Spray Ball, or similar system) approximately 49 acres of Phragmites within areas that have been pre-defined and mapped within a GIS by USFWS, using a tank mix of Clearcast herbicide, aquatic glyphosate (e.g., Rodeo, Aquamaster, Aqua Neat), and all appropriate adjuvants. These pre-defined areas encompass approximately 2,980 acres (i.e., 49 acres of patchy weeds will be aerially spot treated within 2,980 acres). The contractor will apply Clearcast at a rate of 64 oz/acre, aquatic glyphosate at a rate of 6 pt/acre, and adjuvants at appropriate label-identified rates (including, but not limited to, non-ionic surfactants, depositional aids, anti-foaming/de-foaming agents, and drift control agents), in ?6 gallons of water per acre. 3.4 The contractor's applicator and/or pilot must be able to recognize and distinguish Phragmites from native vegetations, including cattail, bulrush (tule), wildrye, willow, and cottonwood. Native vegetations are to be avoided whenever possible. 3.5 The contractor will purchase and supply all chemicals, including herbicides and adjuvants. Generic versions of aquatic glyphosate are acceptable but must be cleared with USFWS prior to bid. 3.6 Contractor will supply equipment to meter chemicals and water mixtures, and will provide mixing and loading equipment and water. Water hauling services may be required depending upon airport arrangements secured by contractor (see Clauses 3.9 and 7.1 below). Equipment and personnel must be able to work at a semi-remote and primitive site (i.e., no electrical or water hookups, no hanger or aircraft tie-down facilities, nearest services are >20 miles away, etc.). 3.7 The contractor must be capable of calibrating aircraft to the final application rate specifications. All spraying equipment and/or aircraft must be equipped with GPS tracking equipment that can map application areas and flight paths and can download information for contractor and USFWS use. GPS equipment must be capable of uploading a GIS shapefile of treatment areas and of providing downloadable maps and information of treatment progress on a daily basis. All application locations and flight paths will be documented by the contractor using GPS. 3.8 The contractor shall provide adequate personnel for the purpose of loading and dispersing of the chemicals. All personnel and equipment to be used shall be appropriately licensed and certificated as appropriate for the work to be done. The contractor shall be responsible for providing sufficient equipment, equipment fuel, safety items, spill response kit, personnel and their subsistence needs during the project period, as well as for checking all work sites for hazards of any type which could impact their ability to accomplish the spraying project. 3.9 The contractor will be required to make all necessary arrangements for use of airport run-ways, loading zones, and equipment and fuel storage areas as needed. The contractor will be responsible for all loading operations. Movement of chemicals, water, and equipment in and around an operation location will be the sole responsibility of the applicators. This may require special handling equipment including, but not limited to, a forklift, water truck, or pallet jack. 3.10 If a public Monument road or parking lot is used as a landing site (see Clause 7.1 below) the contractor shall provide adequate personnel and/or signage to regulate traffic. 3.11 The contractor must be licensed and bonded. Proof of bonding will be required upon notification of bid award. The contractor is required to obtain a performance bond of 25% of the total bid price and a payment bond of 20% of the total bid price. Submission of bonding will be required prior to any work commencing. 3.12 The contractor shall be responsible for conducting all flight-following. Communications must be maintained between ground personnel and the aircraft at all times. Additionally aircraft and ground personnel must have appropriate communication capability to communicate with Hanford dispatch and/or USFWS personnel. 3.13 The contractor shall provide USFWS with contact information for all ground personnel, and vehicle and equipment identification information (including make, model, and license and/or identification numbers) at least 24 hours before implementation of the project. 3.14 No chemical applications may be made during inversions, when winds exceed 8 mph sustained, when temperatures exceed 85 F, or when precipitation is forecast within 6 hours. 4. PLACE/DELIVERY AND PERIOD OF PERFORMANCE: 4.1 GIS-designated areas within the Ringold, Wahluke, River, and SMNWR UNits, Hanford Reach National Monument, Franklin and Grant Counties, WA. 4.2 The project should begin on or about September 22, 2008, and be completed before October 19, 2008, and will likely take three to five days to complete. This application window is to coincide with the final stages of seed formation, just prior to the beginning of fall senescence (i.e., the period of maximum nutrient return to the root systems). It is critical that all aerial operations be completed during this short window of opportunity. 5. INSPECTION AND ACCEPTANCE: 5.1 The contractor will supply GPS files of all flight paths and of all application locations. The contractor will also supply shapefiles in ESRI format of all flight paths and of all application locations. 5.2 Evaluation and acceptance will be determined by the Technical Coordinator(s) and/or Refuge Manager(s). Chemical applications will be evaluated for thoroughness and evenness of application using GPS files and shapefiles provided by the contractor, and by field-checking application areas for chemical effects (e.g., looking for skips or overlaps in the effects on the vegetation). 6. GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS/INFORMATION: 6.1 Maps and GIS shapefiles of the treatment areas. 6.2 Monitoring of and communication of the application site readiness to the contractor on a weekly basis in a pre-arranged conference call beginning on or about September 15, 2008. 6.3 Coordination and communication with Hanford security regarding security and air restriction considerations as needed. 6.4 Verification of spray application by spot check and review of aircraft GPS mapping of chemical application areas. 7. AVAILABILITY: 7.1 The application areas are approximately 24 to 35 air miles north of the Richland, Washington airport (located at 46 18' 30" Latitude North, 119 18' 0" Longitude West, at 393 feet above MSL elevation). One of the gravel parking areas associated with the White Bluffs Boat Launch and another associated with the Parking Lot 7 Boat Launch may be used as landing sites. However these launches can not be blocked or otherwise shut down during treatment; multiple fishing seasons are open during this time and these boat launches are the only access points within 40 river miles. There are also several gravel and dirt roads that can also be used as landing sites, each with varying public access requirements. Contact USFWS for details. It is the contractor's responsibility to acquire and ensure appropriate permissions of landowners of privately-owned areas or other entities for use of non-public airfields or strips. 7.2 The project areas are immediately adjacent to the Hanford Nuclear Reservation. Due to national security issues, airspace and access restrictions may be in effect at the time of contract implementation. These restrictions may include elevational flight limitations from the airport loading areas to the project sites and may require daily coordination between the USFWS, contractor, and Hanford Security officials. If operations occur on DOE-owned lands, the USFWS will assist the contractor in obtaining proper clearances and provide updated security information as needed. 7.3 It is common to have high-wind events, inversions, sporadic rain showers, and high temperatures during the project time period. This may lead to implementation and application delays. 7.4 Annual precipitation on the Monument is approximately 6 inches, with most coming in the form of winter fogs and rains and summer thundershowers. Elevations within the treatment areas are approximately 340 to 900 feet above Mean Sea Level (MSL). 7.5 There are multiple high-tension electrical utility lines adjacent to and within the treatment areas. These are flight hazards that the contractor will have to be mindful of and handle appropriately. 8. TECHNICAL COORDINATORS: Kevin Goldie (Wildlife Biologist) or Heidi Newsome (Wildlife Biologist)USFWS, Mid-Columbia River NWR Complex64 Maple St.Burbank, WA 99323Phone: (509) 546-8300Fax: (509) 546-8303 TECHNICAL COORDINATOR: Kevin Goldie (Kevin_Goldie@fws.gov) or Heidi Newsome (heidi_Newsome@fws.gov) at 509-546-8300. Federal Acquisition Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Federal Acquisition Provision 52.212-2, Evaluation-Commercial Items, is included in this solicitation and the evaluation criteria, listed in descending order of importance are 1) Past performance with similar work over the last three years, 2) Written work plan indicating precisely how work will be accomplish, including qualifications of key personnel and site supervision; and 3) Price. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This provision can be obtained from the following web site: http://www.arnet.gov/far/. Federal Acquisition clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Federal Acquisition Regulation clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and includes applicable clauses under the simplified threshold. Wage determination 1995-0222, revision 26 dated 05/29/2008 applies to this solicitation and can be accessed through web site http://www.wdol.gov/. This announcement constitutes the only solicitation. Quotes can be emailed to the following: Karl_Lautzenheiser@fws.gov. Written quotes must be received no later than COB September 16, 2008 and can be mailed to U.S. Fish and Wildlife Service, Contracting and General Services, 911 N.E. 11th Avenue, Portland Oregon 97232-4181, Attn: Karl Lautzenheiser, Contracting Officer. Interested contractors must complete online representations and certifications application (ORCA) at "http://www.bpn.gov" and must be registered in CCR at http://www.ccr.gov to be eligible for an award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9d23968129a8a05b9f41c286afdd2105&tab=core&_cview=1)
 
Record
SN01664581-W 20080911/080909222324-9d23968129a8a05b9f41c286afdd2105 (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.