Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOURCES SOUGHT

F -- Source Sought Notice,Weed Control,Fort Carson and Pinon Canyon Maneuver Site, Colorado

Notice Date
12/19/2008
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-R-0004
 
Response Due
1/7/2009
 
Archive Date
3/8/2009
 
Point of Contact
Tammi Cochran, 719-526-2971<br />
 
Small Business Set-Aside
N/A
 
Description
The Fort Carson Directorate of Contracting (DOC) is seeking to identify the interest and ability of Hub-Zone, 8(a), Service Disabled Veteran Owned Small Businesses, and Small Businesses to perform weed control services on Fort Carson and Pinon Canyon Maneuver Site (PCMS). We are also soliciting comments from industry on the feasibility of doing all of the services mentioned below in one contract. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. All parties are advised that this project may be revised or canceled at any time during the solicitation, selection, evaluation, negotiation, and final award. At this time we are only in the planning phase and are soliciting input from industry. The NAICS code is 561730, with a size standard of $7,000,000.00, but is subject to change. We anticipate that the resulting contract will be a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract with the possibility of multiple awards. The maximum contract value over a base + four option periods is estimated to be $2,000,000.00 The Contractor will be required to furnish, all labor, supervision, tools, materials, equipment, and transportation necessary to perform weed control services. The purpose of this contract is to establish an environmentally sound and effective Integrated Pest Management (IPM) program to control identified weeds that may adversely affect Fort Carson and the Pinon Canyon Maneuver Sites (PCMS) mission or military operations; the health and well-being of its people; and the structures, materiel, property, and ground. This includes, at a minimum: a) Thoroughly inspecting all areas suspected of pest infestation(s) and surrounding areas/facilities as necessary. b) Communicating constantly with the government Contracting Officers Representative (COR) regarding planned actions and recommendations. c) Using appropriate non-chemical technologies to control pests, where possible. d) Judiciously using pesticide products, formulations and application methods that present the lowest potential hazard to human health, non-target animals and the environment. and e) Recording and reporting all integrated pest management operations including surveillance, inspections, non-chemical and chemical control. The requirements includes weed control services within the cantonment area (min. ~1000 acres, max.2000 acres), all ranges excluding the large impact area (min. ~100 acres, max. 200 acres), invasive plant - herbaceous and woody (min. ~275 acres, max. 550 acres), and tree spraying of pines and spruce with in the cantonment (min. ~1400 trees, max. 2800 trees). The contractor must provide certified applicator/operator that has completed a training program approved by the EPA and has received formal certification by DoD or by a State. The Contractor shall possess a business license issued by the state of Colorado to provide pest control services and shall provide proof of licensing to the government prior to contract award. All Contract personnel employed who will apply or supervise the application of pesticides under this contract shall possess commercial certification by the State of Colorado in the appropriate EPA-approved State categories for the work requirements of the contract. Federal agencies are mandated by Public Law (Section 136r-1 of title 7, United States Code) to use IPM. The Contractor shall use best management practices and recognized industry standards for managing pests such as those established by national pest management organizations, and follow the guidance provided by State Pesticide Regulatory agencies and State institutions of higher learning. However, the Contractor shall be responsible for complying with all federal, DoD, Army, state, and local laws, including but not limited to DoDI 4150.07, PL 91-190 the National Environmental Policy Act of 1969, PL 92-516, the Federal Insecticide, Fungicide and Rodenticide Act of 1972, as amended Federal Weed Law 93-629, Colorado Noxious Weed Control Act, AR200-1 (Environmental Protection and Enhancement), and the Installation Pest Management Plan (IPMP) 21 September 2001. If you can provide this service please provide, (1) Applicable past performance in the categories above to include past experience working on similar type projects. (2) List of tasks above that you can perform. Please indicate if you would perform tasks with your in house workforce or sub-contract the tasks. Vendors are advised that it is anticipated that any resulting solicitation will include FAR clause 52.219-14, Limitation on Sub-Contracting, requiring the awardee to do at least 50% of the work with his or her own workforce. If you cannot perform all tasks, please list what tasks that you can perform. (3) Business size, i.e. large, small, SDVOSB, 8(a), Hub-Zone (Please include all categories in which you fall) (4) Company information to include Company Name, Physical address, Phone Number, and E-mail address. Submit this information to Tammi Cochran, Contract Specialist at Tammi.Cochran@us.army.mil not later than close of business (COB) 7 January 2009. Phone calls will not be accepted as an indication of interest in this project. The release date of the solicitation is estimated to be the week of January 26, 2009. Work must start no later than 31 March 2009. The solicitation will be made available on the Federal Business Opportunities (FBO) web site at http://www.fbo.gov. Interested offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. All contractors MUST be registered in the Central Contractor Registration database or their proposal will not be considered. Contractors can obtain further information on the CCR website at http://www.ccr.gov. Prospective offerors who would like their company name included on the Bidders Mailing List may do so on the FBO website under Interested Vendors List. It is still the vendors responsibility to check the website for any announcements. This notice does not obligate the Government to award a contract or multiple contracts nor does it obligate the Government to pay for any bid/proposal preparation costs.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=246a4baacc254ac096291a4aa2b4139c&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01722200-W 20081221/081219215643-246a4baacc254ac096291a4aa2b4139c (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.