Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOLICITATION NOTICE

F -- Site Preparation and Native Seed Supply and Application on the WBIO Ponds

Notice Date
8/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
10181AQ760
 
Response Due
8/19/2010
 
Archive Date
8/10/2011
 
Point of Contact
Karl Lautzenheiser Contracting Officer 5032312052 Karl_Lautzenheiser@fws.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
This is a combined synopsis/solicitation from the U.S. Fish and Wildlife Service to prepare sites for native seed application, to supply native seed, and to ground broadcast apply native seed on approximately 375 acres of upland and riparian transitional lands. This is USFWS designated areas on the west side of the WB10 ponds, within the McLane Fire and Overlook fire burned areas, Wahluke unit, Handford Reach National Monument, Franklin County, Washington. Project to begin on or about November 1, 2010 and be completed by December 11, 2010. 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 10181AQ760 and is issued as a Request for Quotes (RFQ). RFQ 10181AQ760 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) 487-9870. No further notice will be posted on Fedbizopps. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43, Aug 2, 2010. This is a Set Aside for Small Business. The NAICS is 115112. The small business size standard is 7.0 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 complete statement of work for these services is as follows: STATEMENT OF WORKSite Preparation and Native Seed Supply and Application on the WBIO Ponds 1. GENERAL: The U.S. Fish and Wildlife Service, Mid-Columbia River National Wildlife Refuge Complex, 64 Maple St. Burbank WA 99323, has a requirement to prepare sites for native seed application, to supply native seed, and to ground broadcast apply native seed on approximately 375 acres of upland and riparian transitional lands where Russian olive (Elaeagnus angustifolia) trees have been removed for biomass reclamation. Application areas will have to be prepped immediately prior to seed application using a dozer-drawn sheep's foot roller (or similar equipment) to break up surface detritus layers left after the Russian olive removal. Native seed must be source identified Columbia Basin Ecoregion biotypes, grown in the Columbia Basin. Seed will be applied at approximately 50 pounds (bulk rate) per acre. This treatment activity will help to stabilize soils to prevent loss or degradation of productivity and will introduce native competition against secondary invasive weed infestations. 2. DEFINITIONS: 2.1 Columbia Basin Ecoregion: that area of land and associated plant communities which lie in and around the Columbia River basin (including the lower reaches of its tributaries) of Washington, Oregon, and Idaho 2.2 GPS: Global Positioning System 2.3 Hanford: U.S. Department of Energy, Hanford Site 2.4 Monument: Hanford Reach National Monument/Saddle Mountain National Wildlife Refuge 2.5 PLS: Pure Live Seed; based on purity and germination testing 2.6 USFWS: U.S. Fish and Wildlife Service, Mid-Columbia River National Wildlife Refuge Complex 2.7 Wahluke Unit: Wahluke resource management unit of the Hanford Reach National Monument; formerly known as the Wahluke Wildlife Area 3. SCOPE: 3.1 Site Preparation: The project area consists of approximately 375 acres of upland and transitional riparian areas that have had Russian olives removed for biomass reclamation. The contractor will prepare the treatment areas immediately prior to seeding using a single pass with a dozer-drawn sheep's foot roller, or like equipment, to break up surface detritus remaining from the tree removal as well as decades of Russian olive duff, and to expose soil prior to native seed application. Cultipackers will not be sufficient for this step, and unfortunately disks will not be allowed. 3.1.1 The Russian olive removal process left large numbers of stumps in the ground. This will present site preparation challenges. 3.2 Native Seed Supply: The contractor will provide a native grass seed mix comprised of:Basin wildrye (Leymus cinerusi @ 3 lbs PLS/acreBlue wildrye (Elymus glaucus) @ 2 Ibs PLS/acreStream bank wheatgrass/Thickspike wheatgrass (Elymus lanceolatusy @ 4 Ibs PLS/acreTufted hairgrass IDeschampsia caespitosa) @ 1 Ib PLS/acreAnnual hairgrass (Deschampsia danthonoidesi @ 2 lbs PLS/acreRedtop (Agrostis gigantea) @ 1 Ib PLS/acreSaltgrass (Distichlis stricta) @ 1 Ib PLS/acreIndian ricegrass (Achnatherum hymenoides) @ 1 Ib PLS/acreBottlebrush squirreltail (Elymus elymoides) @ 1 lb PLS/acrePrairie junegrass tKoeleria cristata) @ 0.5 lb PLS/acre The above seed will be mixed with native seed mixes supplied by USFWS to reach a final application rate of approximately 50 lbs bulk seed rate per acre. "Filler seed" supplied by USFWS will come in 50lb bags. Contractor will be responsible for transport and handling of this seed. 3.2.1 Seed must be source-identified. Sources must be Columbia Basin Ecoregion-derived. Seed must be grown within the Columbia Basin. Seed sources must be stated in bid. 3.2.2 Seed must be certified weed free (indicating there are no noxious weeds in the seed). Purity and Germination testing must be provided to USFWS for approval prior to mixing and application. 3.2.3 Substitute species may be accepted if approved by USFWS prior to bid submission. Some species or cultivars may be modified to meet pounds of seed desired with approval by USFWS. However, bidders should confident that they can meet the desired quantities of each species (within +/- 10%) before considering any substitutions. 3.3 Native Seed Application: The contractor will apply the above native seed mix through ground broadcast at rate of 50 lbs bulk rate per acre. Multiple passes may be necessary to reach this bulk application rate, depending on ground broadcast equipment used. The contractor must be capable of calibrating application equipment to the final application rate specifications. 3.3.1 The Russian olive removal process left large numbers of stumps in the ground. This will present application obstacles and potential challenges. 3.4 The contractor shall provide GPS files of all application areas upon completion of the project. Equipment that is equipped with GPS tracking equipment that can map application areas, and can download information for contractor and USFWS use is preferred. 3.5 The contractor shall provide adequate personnel for the purpose of loading and dispersing of the native seed. 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 to support the estimated 6 week project period, as well as for checking all work sites for hazards of any type which could impact their ability to accomplish the seeding project. 3.6 The contractor will be responsible for all transport and loading operations. Movement of seed bags and equipment in and around an operation location will be the sole responsibility of the contractor. This may require special handling equipment including a forklift and/or pallet jack. 3.7 The contractor will work closely with USFWS staff to avoid any culturally sensitive areas. Any such areas will be mapped by USFWS, and maps provided to the contractor. 3.8 Any seed leftover at the end of the project must be returned to the USFWS. 4. PLACE/DELIVERY AND PERIOD OF PERFORMANCE: 4.1 USFWS-designated areas on the west side of the WBIO Ponds, within the McLane Fire and Overlook Fire burned areas, Wahluke Unit, Hanford Reach National Monument, Franklin County, WA. 4.2 The project should begin on or about November 1,2010. Work must be completed by December 11, 2010.5. INSPECTION AND ACCEPTANCE:5.1 Evaluation and acceptance will be determined by the Technical Coordinator(s) and/or Refuge Manager(s). 5.2 Contractor must provide purity and germination test results to USFWS prior to mixing. 5.3 Contractor must provide GPS files of application areas upon completion of project.Site Preparation and Native Seed Supply and Application on the WBIO Ponds 5.4 Seed applications will be evaluated for thoroughness and evenness of application by spot-checkingcoverage within the application areas and through post-application monitoring. 5.5 Contractor must return all remaining seed to USFWS upon completion of project. 6. GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS/INFORMATION: 6.1 Native seed "filler" mixes supplied in 50 lb. bags. Contractor will be responsible for handling and transport of this seed. 6. 2 Maps and GPS files of the project area. 6.3 Coordination and communication with Hanford security regarding security considerations as needed. 6.4 Verification of seed application by spot check and review of seed application areas. 7. AVAILABILITY:7.1 The project area is immediately adjacent to the Hanford Nuclear Reservation. Due to national security issues, access restrictions may be in effect at the time of contract implementation. If operations occur on DOE-owned lands, the USFWS will assist the contractor in obtaining proper clearances and provide updated security information as needed. 7.2 The project area lies adjacent to the Columbia River in eastern Washington. It is common that dense fog develops in and around the project area during the project time frame. It is also common to have high wind events during this same time period. This may lead to implementation and operational delays. 7.3 Annual precipitation on the Monument is approximately 6 inches, with most coming in the form of winter fogs and rains. Elevations within the treatment areas range from 350 feet Mean Sea Level (MSL) to 860 feet MSL. 7.4 The treatment areas are around the WB I0 Ponds on the Wahluke Unit. This area includes small, unmapped seeps and ponds. Additionally Russian olive trees have been recently removed from this area and significant detritus/duff, and large numbers of stumps, remain in the area. All of these present application challenges that the contractor will have to be mindful of and will have to handle appropriately. 8. TECHNICAL COORDINATOR:Kevin Goldie (Wildlife Biologist)USFWS, Mid-Columbia River NWR Complex64 Maple St.Burbank, WA 99323Phone: (509) 546-8300Fax: (509) 546-8303 TECHNICAL COORDINATOR: Kevin Goldie at 509-546-8300 or email of Kevin_Goldie@fws.gov. 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: https://www.acquisition.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. Federal Acquisition Provision 52.246-4, Inspection of Services-Fixed Price, applies to this acquisition. Wage determination 1977-0209, revision 40 dated 06/15/2010 applies to this solicitation and can be accessed through web site http://www.wdol.gov/sca.aspx. 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 close of business on August 19, 2010 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/10181AQ760/listing.html)
 
Place of Performance
Address: Mid-Columbia River National Wildlife Refuge Complex64 maple StreetBurbank, WA
Zip Code: 993238521
 
Record
SN02235203-W 20100812/100810235645-83cb768b6ce37ffcc0098a4ee4c612e8 (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.