Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
SOLICITATION NOTICE

F -- Furnish native plants for revegetation of Requa Maintenance site

Notice Date
4/26/2010
 
Notice Type
Presolicitation
 
Contracting Office
PWR - REDW Redwood National and State Parks 1111 Second Street Crescent City CA 95531
 
ZIP Code
95531
 
Solicitation Number
Q8485100019
 
Response Due
5/11/2010
 
Archive Date
4/26/2011
 
Point of Contact
Kathryn J. Crowthers Contract Specialist 7074657315 Kathryn_Crowthers@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
Total Small Business
 
Description
Furnish native plants for revegetation of Requa Maintenance siteThis is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. This requirement is being issued as a Request for Proposals (RFP) No. N8485100019. The FAR clauses and provisions enclosed are those in effect through Federal Acquisition Circular (FAC) 2005-40. This solicitation is a total set-aside for small business. The NAICS code is 111421-Nursery and Tree Production, with an associated small business size standard of $750,000. A firm, fixed price contract will be awarded for these commercial items. Award will be based on determination of best value to the government and may not be to the lowest price. Description of Work: STANDARDS: A. Furnish plant material native to site, propagated from cuttings or seeds collected from natural plant stands within 35 miles of the site, for the species and amounts indicated in the Price Schedule. Supplier is required to submit to the contracting officer documentation certifying seed source of origin. B. Stock must be alive and healthy and free of insect and disease problems. Roots must be moist, pliable and free of fungal growth. Plants must be at least 18 inches tall for all species, with a minimum caliper at base (for woody species only) of at least ". C. The use of plants salvaged from the Requa facility is acceptable. Plants salvaged from the site shall be pruned to a size which the root mass will support, and the root mass protected by planting in nursery containers in a size easily handled by one person. Larger plants that require two or more persons or mechanized equipment to carry and/or plant are not acceptable. Cuttings and seeds shall be grown at the nursery or nursery contracted facility, and contractor shall be responsible for all materials processed.PROCEDURES AND COORDINATION:A. Nursery shall provide a native plant specialist to supervise collection of seeds and cuttings. Collection of plant materials may come from park sources after receipt of a permit to allow such collection. B. Nursery shall provide a plant specialist to coordinate with the park the removal of specimen plants for salvage and storage. If salvage of plants is requested, a plan must be submitted to the park describing locations of salvage areas, plant species and number of plants to be salvaged. The government must approve the salvage plan before any native plant removal from the project site can occur.C. All plants are to be delivered free from weeds, pests, pathogens, or other deficiencies that would impact seeding survival or park resources in the project area. Nursery must allow inspection of growth plants by NPS prior to delivery. Any problems or deficiencies noted during inspections must be addressed to park satisfaction prior to plant delivery. D. No chemical pesticides or soil fungicides will be used on plants or soil to produce the required deliverables. MATERIALS: A. Plant Materials (1) Seeds and cuttings will be collected in compliance with permits issued by the NPS or owners where collected. Plants grown from cuttings or seeds will be provided in containers of sufficient width and depth to accommodate the plant (a minimum of 6 inches of soil depth required).(2) Root mass must hold at a minimum of 80% of media and remain intact when removed from the container. (3) Plants salvaged from the site shall be pruned to a size which the root mass will support, and their root mass supported by planting in nursery containers in a size easily handled by one person. They shall be monitored for diseases and pests. (4) Plants delivered to the site shall be adequately protected from the sun and wind during delivery and when stockpiled on the site prior to planting. They shall be watered adequately prior to acceptance by the park. Containers shall be free of weeds. (5) Substitution of plant materials propagated from sources outside of area specified is not permitted. (6) The Contracting Officer's Representative (COR) shall be notified in writing one week prior to planting to inspect all or major portions of the plant materials to be used in the project. (7) The COR shall have the right to reject plants prior to and during progress of work for size, conditions of top structure, condition of root structure, defects or injuries, or nonconformity to specifications. (8) All plant materials delivered to the site must conform to Federal, State and County laws that require inspection certificates for plant diseases and insect infestations. Any inspection certificates required by law must accompany each shipment when plant materials arrive on site. B. Fertilizer (1) Plants shall be fertilized with timed release fertilizer. (2) Soil shall be free of viable seeds of noxious weeds, including but not limited to Vinca sp, Hedera sp., Cytisus sp., Genista sp., Cortaderia sp., Acacia sp., or Eucalyptus sp. DELIVERABLES:Contractor shall grow and delivery containerized seedlings in the following species and quantities: CLIN QTY U/I SPECIES/COMMON NAME 001 386 ea Gaultheria shallon (Salal)002 386 ea Ribes sanguineum (Pink Flowering Current)003 564 ea Rubus parviflorus (Thimbleberry)004 2053 ea Rubus spectabilis (Salmonberry)005 1953 ea Rubus vitofolius (Ca. Blackeberry)006 138 ea Vaccinium ovatum (Evergreen Huckleberry007 289 ea Vaccinium parvifolium008 1374 ea Baccharis pilularis ssp. Consanguinea (Coyote Bush)009 2093 ea Rhamnus purshiana (Cascara)010 1582 ea Sambucus racemosa (Red Elderberry)011 571 ea Iris douglasiana (Douglas Iris) DELIVERY: FOB Destination to Redwood National and State Parks, Requa site, 1409 PJ Memorial Drive, Klamath, CA 95548. Delivery will be in fall/winter of calendar year 2011/2012. Actual delivery dates will be on coordinated with the project manager. PRICE SCHEDULE: CLIN 001, Gaultheria shallon (Salal), $________ ea x 386 = $________CLIN 002, Ribes sanguineum (Pink Flowering Current), $________ ea x 386 = $________ CLIN 003, Rubus parviflorus (Thimbleberry), $________ea x 564 = $________ CLIN 004, Rubus spectabilis (Salmonberry), $________ ea x 2053 = $________CLIN 005, Rubus vitofolius (Ca. Blackeberry) $________ ea x 1953 = $________CLIN 006, Vaccinium ovatum (Evergreen Huckleberry $________ ea x 138 = $_________CLIN 007, Vaccinium parvifolium, $________ ea x 289 = $_________CLIN 008, Baccharis pilularis ssp. Consanguinea (Coyote Bush), $________ x 1374 = $________CLIN 009, Rhamnus purshiana (Cascara), $________ ea x 2093 = $_________ CLIN 010, Sambucus racemosa (Red Elderberry), $________ ea x 1582 = $________ CLIN 011, Iris douglasiana (Douglas Iris), $________ ea x 571 = $________ TOTAL = $________________ Technical Proposal: Offeror must detail proposed source of seedlings and location of propagation prior to delivery to park. Past performance: Offeror must provide at least three references for work of similar scope as this project. Offerors must return a completed bid schedule, technical proposal, past performance references and the following information: company name, official point of contact, DUNs Number, full address, telephone and fax numbers and email address. The following FAR provisions and clauses are applicable to this acquisition; these clauses can be accessed through website http://www.acquisition.gov/far 52-204-7 Central Contractor Registration (CCR52.212-1 Instructions to Offerors - Commercial Items52,212-2 Evaluation - Commercial Items52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; items (a) 1 and 3; (b) 3,8,19,20,21,22,24,30 and 3852.232-1 Payments (fixed price) Contractors MUSTt be registered in the Central Contractor Registration (CCR) government system prior to award to be eligible for award of government contracts. The link can be found at http://www.ccr.gov. Contractors are also required to provide on-line representations and certifications at http://orca.bpn.gov No oral quotations will be accepted. All quotations must be signed by an authorized company official. Offers may be mailed, e-mailed (preferred), faxed or hand delivered, and are due at the contracting office no later than May 11, 2010. Address: National Park Service, 1111 Second Street, Crescent City CA 95531 ATTN: Contracting E-mail Address: kathryn_crowthers@nps.gov. Fax (707) 464-5846. Confirmation of delivery is the responsibility of the offeror. Requests for Information: All requests must be submitted in writing to: E-mail Address: kathryn_crowthers@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8485100019/listing.html)
 
Place of Performance
Address: Redwood National and State ParksRequa Site, 1409 PJ Memorial DriveKlamath, CA
Zip Code: 95548
 
Record
SN02131735-W 20100428/100426234423-890aad83bfc9a7aa88f8857d60539353 (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.