Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
SOLICITATION NOTICE

99 -- Aerial Spraying Services to applyherbicide to control Canada Thistle.

Notice Date
4/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWR - MWRO - NEKOTA MABO - Mt Rushmore NM 24290 Doane Mt. Rd. Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
N1300100049
 
Archive Date
4/9/2011
 
Point of Contact
Kadra L. Martz Contract Specialist Lead 6055743193 Kadra_Martz@nps.gov;
 
E-Mail Address
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 Department of Interior, National Park Service is soliciting offers to procure Aerial Spraying services for Badlands National Park, Interior, SD. The Contractor is expected to follow commercial practices to ensure proper aerial application of herbicide to control Canada Thistle in accordance with all Federal, States, and local regulations. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Far 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and the Statement of Work, Bid Schedule and Wage Determination 1995-0222 will be issued upon request. This solicitation is issued as a Request for Proposals (RFP) in accordance with FAR Part 12 (Acquisition of Commercial Items). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Regulation. The North American Industry classification (NAICS) code is 115112, and business size maximum is $7.0 million. This solicitation is open to all contractors considered responsible, and any or all responsible sources may submit a proposal for consideration with the expectation that there will be one award supporting this acquisition. All offerors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications (ORCA) Systems. This requirement involves furnishing all equipment, labor, and vehicles necessary to produce a final application with Government Furnished Herbicides. The pilot(s) must possess skill in Canada thistle identification at various growth stages while applying herbicide. The contractor shall provide appropriate 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 the herbicide. The contractor shall provide all necessary herbicide mixing and transport trucks, fuel trucks, and water trucks. The expected duration of the resulting contract will be for a portion of the base year of award and include four option years. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. Evaluations of offers will follow FAR 52.212-2, Evaluation-Commercial Items. The Government intends to award an Indefinite Delivery Indefinite Quantity contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors will be used to evaluate offers: 1)Past Performance: Offerors will provide contract information for three to five previous clients for projects completed similar to this solicitation within the past five years. Past performance will be evaluated on Quality of Work, Timeliness of Performance and Cost Control. Past Performance is the most important factor and is equal with Experience & Qualifications/Key Personnel and Price.2)Experience and Qualification/Key Personnel: The offerors will provide all pilot(s) applying herbicide on this project with at least five (5) years of aerial application including aircraft GPS technology treating Canada thistle and leafy spurge. The offerors must also provide a person(s) with extensive training and experience in operating equipment, specifically nurse trucks. The offeror shall provide the necessary trained, qualified, and experience personnel needed for mixing and loading the herbicide, and properly servicing all aircrafts. All ground support personnel shall be equipped and trained to take proper action in an emergency. Standard personal protective equipment and safety precautions shall be observed in handling the herbicide solutions. A brief resume of the background, skills, and experience of the nurse truck driver, fueler, and the pilot who will work on the project and precise definition of his/her role must be included. Experience and Qualifications is most important and equal to Past Performance and Price. 3)Technical Capability: The offerors will be evaluated on previous incidents and accidents. The Offerors shall fully disclose any accidents or spills within the past five (5) years and/or herbicide application violations (i.e., drift complaints/fines). The Offeror shall disclose what equipment will be available including but not limited to aircraft(s), and nurse truck(s) to efficiently complete the project. Technical Capability is the next most important after Past Performance and Experience and Qualifications and price. 4) Price (The Total Price for all CLINs plus Option CLINs will be evaluated. Offerors shall include pricing for the Base Period of Performance and Four Option Periods to be considered for award). The price schedule (see attached bid schedule) consists of base partial year with four option years: Base period: May 1, 2010 through September 30, 2010; Option Year One (1) = October 1, 2010 to September 30, 2011; Option Year Two (2) = October 1, 2011 to September 30, 2012; Option Year Three (3) = October 1, 2012 to September 30, 2013; and Option Year Four (4) = October 1, 2013 to September 30, 2014. All cost/price should be submitted by offerors when submitting proposals. It is expected that the contractor will provide monthly invoices based on scheduled pickups throughout the period of contract. The Option Years will be exercised upon availability of appropriated funds by Congress for Fiscal Years: 2011, 2012, 2013 and 2014, in accordance with FAR Part 52.232-19 Availability of Funds for the Next Fiscal Year, and FAR Part 52.217-8; FAR 52.217-9 Option to Extend Services and Contract terms, dependent on contractors satisfactory progress determined through project surveillance to ensure government requirements are satisfied. Additional Relevant Contract Provisions/Clauses: The following apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certification Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR Part 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award; and FAR 52.233-4 Applicable Law for Breach of Contract Claim. In paragraph (b) of FAR 52.212-5 (b), the Contractor shall complete with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.222-2 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222.21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. In paragraph (c) of FAR 52.212-5 (c), the following applies: FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment. FAR clauses are herein incorporated as follows: FAR 52.203-3 Gratuities; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.204-3 Taxpayer Identification; FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.211-16 Variation in Quantity; FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52-216-22 Indefinite-Quantity; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Building, Equipment, and Vegetation; FAR 52.237-3 Continuity of Services; FAR 52.243-1 Changes-Fixed-Price; FAR 52.254-1 Government Property; FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price); and FAR 52.249-8 Default (Fixed-Price Supply and Service). The Federal Acquisition Regulation clauses and provisions are available on the internet at: http://www.arnet.gov/far, and they will be incorporated into final contract award documents as appropriate. Wage Determination 1995-0222, Revision No.29, dated 12/04/2009 for Jackson, County, South Dakota, is applicable to this solicitation and resulting award. Offers must include: 1) Written Proposal clearly describing offer to meet government requirements outlined in the Statement (sent upon request). (2) Completed Bid Schedule to determine pricing (sent upon request). (3) References. (4) Resumes of experience and qualifications of all Key Personnel (i.e. nurse truck driver, fueler and pilot). (5) And a report fully disclosing any and all incidents and accidents. The Point of Contact for this solicitation is: Kadra L. Martz, Contract Specialist, National Park Service, Midwest Regional Office/NEKOTA MABO, phone: 605-341-2809; fax: 605-341-7192. All questions should be directed to Kadra, in writing via email: kadra_martz@nps.gov or by fax. Questions related to this request for proposal will be accepted in writing/email, and must be submitted for review not later than close of business on April 16, 2010. This solicitation will close at 2:00 PM Mountain Time, on April 28, 2010. PLEASE CONTACT KADRA VIA E-MAIL OR PHONE TO REQUEST A COPY OF THE STATEMENT OF WORK, BID SCHEDULE AND WAGE DETERMINATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1300100049/listing.html)
 
Place of Performance
Address: Badlands National Park25216 Ben Reifel RoadInterior, South Dakota
Zip Code: 57750
 
Record
SN02117838-W 20100411/100409234846-ecfecd90997e3ae668340229bc7e3a7c (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.