Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOLICITATION NOTICE

99 -- The Contractor shall furnish all labor, tools, supervision, material, parts, equipment, and transportation necessary to provide aerial application of pesticide treatment for Red Imported Fire Ants

Notice Date
4/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-10-T-0062
 
Response Due
4/22/2010
 
Archive Date
6/21/2010
 
Point of Contact
Wendy McNorial, 910-643-7224
 
E-Mail Address
Fort Bragg Contracting Center
(wendy.d.mcnorial@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. PERFORMANCE WORK STATEMENT FY 2010 FORT BRAGG, NC AERIAL APPLICATION OF ESTEEM ANT BAIT FOR RED IMPORTED FIRE ANT CONTROL 1. GENERAL: The Contractor shall furnish all labor, tools, supervision, material, parts, equipment, and transportation necessary to provide aerial application of pesticide treatment for Red Imported Fire Ants infestation in accordance with applicable specifications and requirements as set forth in this contract. a.Shape Files and Maps: A map showing an overview of Fort Bragg and Camp Mackall is provided (Fig. 1). All steams, rare plant occurrences, Red Cockaded Woodpecker (RCW) clusters and wetlands will be avoided. Coverages as shape files depicting features to be avoided shall be provided. b.Aerial Treatment: Due topography, substrate instability, and acreage, aerial shall be required for these sites. Aerial treatment is faster 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. c.Treatment areas are located in the drop zones and are an estimated 5,579 acres. Drop Zones to be treated include Sicily, Normandy, Holland, Salerno, Nijmegen, St Mere Eglise, Rhine Luzon at Mackall. 2. CERTIFICATIONS/LICENSES: The contractor shall apply pesticides in accordance with State of North Carolina Pesticide Laws, Federal Environmental Laws (FIFRA, NEPA, CWA, and ESA) Pesticide Acts, and EPA Regulations. a.The Contractor shall possess a current qualified North Carolina Applicator Certificate. b.The Contractor shall possess a current Pest Control Aircraft Pilot Certificate issued by the state in which he resides and applicable to the state of North Carolina for Pesticide Regulation. c.The Contractor shall be 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 Division Chief 3. PERSONNEL: 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 primary project manager is absent. a.The Contractor shall provide a phone number for the project manager and alternate(s) during duty and non duty hours to the COR. This individual shall be responsible for overall management and coordination of 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. b.The project manager and alternates(s) must be able to read, write, speak and understand English. 4. EMPLOYEES: The Government has the right to restrict the employment of any Contractor employee, or prospective Contractor employee, who is a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. a.Contractor personnel shall present a neat appearance and be easily recognized by uniform with company name tag and by wearing a clearly visible and readable individual identification badges. The Contractor shall furnish the identification badge made of durable material, which includes the Contractor's company name, employee's name and current 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. 5. LIABILITY: 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 of this contract. a.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. b.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. Furthermore, Fort Bragg personnel will cooperate with the State and the U.S. EPA in any subsequent investigation or actions. c.Prior to initiating work, the Contractor shall provide proof of insurance to the Contracting Officer Technical Representative (COTR), to meet or exceed the requirements outlined for pesticide applicators by the state of North Carolina. 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 and Range Control. 7. CONTRACT PERIOD: Contract performance period shall begin 30 May 2010-31 September 2010 or date of award if later, and shall end 30 September 2010, 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. a.The Contractor shall schedule and attend a pre-award meeting at building 3-1137, Environmental Compliance Branch, Main Office, Directorate of Public Works, prior to scheduling any work to start. At the pre-work conference, the contractor will be prepared to present a tentative starting date and schedule of work for COR approval. 8. INSPECTION: Contract work shall be conducted under the 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. a.Treatment of Red Imported Fire Ants required hereunder shall be inspected and accepted by the COR. b.Chemical applications shall be monitored and rate of application may be foliar tested by representatives of the state of North Carolina. 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 Quality Control Plan to the Contracting Officer not later than the pre work conference. The Contractor shall provide an updated copy to the Contracting Officer as changes occur. a.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. b.The Contractor shall provide a phone number for the quality control manager and alternate(s) during duty and non duty hours. This individual shall be responsible for quality management of this contract and shall be available within one (1) hour to meet 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. c.The Quality Control Manager and alternates(s) must be able to read, write, speak and understand English. d.The Quality Control Manager shall provide systematic inspections of all work requirements as identified in this contract or as directed by the COR. The Quality Control Manager shall provide the COR with a copy of the monthly quality control inspection schedule one month prior to scheduled inspection. The plan shall include: i.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. ii.The methods for identifying and preventing defects in the quality of service performed before the level of performance becomes unacceptable. iii.The Quality Control Manager shall make all on site records of inspections conducted by the Contractor, 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. iv.Corrective Actions. The Contractor shall take action to correct deficiencies any time the Contracting Officer determines the quality control system, personnel, instructions, controls, tests, or records are not providing results which conform to contract requirements. 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 indicates defective performance, the COR will request the Contractor's representative to initial the observation. 11. PERFORMANCE EVALUATION MEETINGS: The Contracting Officer may require the contract manager meet at least weekly with the Contracting 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 writing to the Contracting Officer within seven calendar days of receipt of the signed minutes. 12. APPLICATION REPORTING: Upon completion of application, the Contractor shall submit a fully documented DD Form 1532-1 (Pest Management Maintenance Record -available from the Installation ) or other designated recording form that includes applicators license number, the amount of pesticide used, and where the pesticide was applied to the Pest Manager. This form shall be completed according to the Department of Army standards and to the satisfaction of the COR. a.The Contractor shall obtain and submit DD Forms 2400, 2401, 2402 from Simmons Airfield prior to entering Fort Braggs airspace. b.The Contractor shall be provided with a hand-held, portable, two-way, FM radio unit capable of transmitting and receiving 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. c.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 Representative Range Control. d.The Contractor shall coordinate treatment services with the Range Control. 13. SCOPE OF WORK: The contractor shall perform contract services during the time period of 25 May thru 30 September 2010. Actual treatment days shall be determined by the Contractor based upon prevailing wind conditions, forging of target species within the designated treatment area(s). Treatment shall be conducted when the target species is actively forging. The Contractor shall notify the Technical Representative (TR), in this case the LRAM Coordinator of his intention to spray no later than 1600 hours (4:00pm) on the day preceding spraying operations. Deviations from anticipated spraying dates due to weather, training, or growth stages of plants may be granted by the Technical Representative (TR). 14. TREATMENT CONDITIONS: a.To minimize pesticide drift, all treatments will cease when wind speeds exceed 10 mph. b.To minimize run-off, all treatment will be suspended for at least two hours before and after any rain. c.A 20-meter buffer will be maintained adjacent to surface waters to avoid pesticide drift contamination. d.A 100-meter buffer will be maintained to avoid pesticide drift contamination. e.Target Pest and Control Requirements. f.Red Imported Fire Ants (RIFA) is the main target species to be managed on the drop zones. Esteem ant bait will be the product of choice to manage Red Imported Fire Ants (RIFA). g.Fire ants are an invasive insect species in the southern US that can reach high population levels of hundreds of ant colonies per acre. h.Follow up applications of Esteem may be required during the fall of 2010 in order to maintain desired control. i.All calibrations and concentrations shall be determined by the Contractor. j.Pesticide used for this contract shall be Esteem Ant bait (EPA REG # 59639-114), Pyriproxyfen (0.50%). Application rate shall be 1.0 to 2.0 lbs. per acre with ground or aerial equipment calibrated to give correct dosage. The Contractor shall furnish upon request to the Installation Pest Management Coordinator, any sample labels and spray procedures to be used to accomplish the required work. k.Aircraft applying the pesticide shall be equipped with a Global Positioning System (GPS) capable of reading ESRI based shape files created in ArcView 3.3, and capable of producing an ESRI based composite flight path shape file depicting total treated coverage area.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/970b08fdb68cd7a4094417fcd0dd1828)
 
Place of Performance
Address: Fort Bragg Contracting Center Mission and Installation Contracting Command Center - 2-1105 Macomb St - Stack C Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02120054-W 20100415/100413234640-970b08fdb68cd7a4094417fcd0dd1828 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.