Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOLICITATION NOTICE

F -- Wetland Reserve Program (WRP) -TREE PLANTING, BOWIE COUNTY, TEXAS - WRP Tree Planting - Bowie County

Notice Date
2/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Texas State Office, 101 South Main Street, Temple, Texas, 76501-7602
 
ZIP Code
76501-7602
 
Solicitation Number
AG-7442-S-11-0029
 
Archive Date
3/19/2011
 
Point of Contact
Danny Mandell, Phone: 2547429923
 
E-Mail Address
danny.mandell@tx.usda.gov
(danny.mandell@tx.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Contract Act - Wage Determination - Bowie County, Texas Williamson - Location Map Williamson - Planned Tree Establishment Williamson - Tree Planting Specifications Jones - Location Map Jones - Planned Tree Establishment Jones - Tree Planting Speciifcations Johnston - Location Map Johnston - Planned Tree Establishment Johnston - Tree Planting specifications Fox - Location Map Fox - Planned Tree Establishment Fox - Tree Planting Specifications Brewington - Location Map Brewington - Planned Tree Establishment Brewington - Tree Planting Specifications Texas Conservation Job Sheet 612 Quality Control Plan - Tree/Establishment SOW - Tree/Shrub Establishment Solicitation No. AG-7442-s-11-0029 SYNOPSIS: 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 with this notice. This solicitation includes provisions and clauses in effect through the Federal Acquisition Circular 2005-30. These includes, but are not limited (1) FAR Part 52.212-1, Instructions to Offerors-Commercial; (2) FAR Part 52.212-2, Evaluation-Commercial Items; (3) FAR Part 52.212-3, Offeror Representations and Certifications-Commercial Items; which must be submitted with the offer, in addition, FAR Part 52.212-4, Contract Term and Conditions-Commercial Items and FAR Part 52.212-5, THIS IS A SMALL BUSINESS SET-ASIDE. The Small Business size standard is based on the North American Industry Classification System (NAICS) code 115112, Soil Preparation, Planting, and Cultivating, which is $7.0 million average annual income. SUMMARY: The United States Department of Agriculture Natural Resources Conservation Service, Texas, is seeking a Contractor to furnish all labor, equipment, materials, and incidentals required for tree planting of approximately 366.5 acres consisting of five (5) sites for the NRCS Texas Wetland Reserve Program (WRP). All work shall be done in accordance with the tree/shrub establishment Statement of Work, the Tree Planting Plan and Tree Planting Specifications. BACKGROUND: Restoration projects on these five (5) sites include the planting of hardwood seedlings. SCOPE OF WORK: 1. Pre-Planting Conference: A pre-planting conference will be held between the contractor, owner (or his agent) and the NRCS to discuss planting operation. Planting will not begin before this the Pre-Planting Conference. 2. Tree Planting: Hardwood seedlings will be hand planted or machine planted on a 10' X 10' spacing (436 trees per acre) on approximately 366.5 acres. The planting is for the entire tracts, except for strips around water impoundments, will consist of one mix described in each individual Tree Planting Plan attachment to this solicitation. 3. Species: Refer to the attached Tree Planting Specifications. The contractor is responsible for the ordering of the seedlings, their delivery to the site, their care, and, if necessary, cold storage. The species for most of the site are grouped as preferred and secondary. At least four species will be planted. Each referred species will make up no more than 30% of the total mix, and secondary species will make up no more than 10% of the mix. In addition, a separate mix will be used for the strips planted around water impoundments. In these strips at least two species from the list in the Tree Planting Specification will be used. 4. Species Substitution: If a substitution is necessary due to the unavailability of a species from the nursery, low counts in the bags, modifications of the planting plan due to unforeseen conditions, etc., a species will be selected that has an equal or greater tolerance to wetness than the originally selected one. Contractor must acquire approval from the NRCS for any species substitution. 5. Spacing and Planting Rate: Hardwood will be planted on a 10' X 10' spacing (436 trees per acre). The number of satisfactory planted seedlings must fall within 15% of this planting rate or 370 seedlings per acre. Areas along the shores of impoundments and natural slough and wet depressions will be planted with the proper species and to the extend that the water depth will allow. In these areas, spacing will be increase to 15' X 15'. 6. Species Mixes: Mixes will be achieved through "bag-mixes" and/or matching the species to the site. Unless otherwise specified in the Tree Planting Plan, row or block plantings of single mixes will be avoided. Further explanation will be provided at the Pre-Planting Conference. 7. Seedling Quality: Seedlings will meet the standards listed in the Tree Planting Specifications. Both the contractor and the NRCS will determine quality and count by opening one bag of each species being planted. It is the contractor's responsibility to discuss seedling quality with the NRCS representative to determine the responsibility to "cull" seedlings according to the standards stated in the Tree Planting Specifications 8. Seedling Care: It is the responsibility of the contractor to assure proper care of the seedlings during the planting operation. Planting will begin immediately after receiving the seedlings. It is the responsibility of the contractor to secure cold storage. Contractor must ensure that only then number of seedlings that can be planted in a day will be taken to the site and will be kept shaded and moist at all times. 9. Pruning: a. Roots: The tap roots may be pruned to a minimum length of 8". Lateral roots may be pruned to facilitate planting. Prune by pulling the laterals down along the tap root or cut to its (the tap's root's) length. Pruning will done only with shears or a sharp knife. All care must be taken to prevent tearing of roots. b. Tops: Tops may be pruned to a minimum height of 16". 10. Planting Methods: Seedlings will be hand planted or machine planted. Seedlings will be planted with the root collar slightly below the soil surface. Roots will be not be balled, twisted or planted in a "J" or "U" shaped manner. Steps needed to ensure the compacting of the soil around the seedling, leaving no air pockets in the planting slit, will be taken. When optimum site and soil moisture and/or temperature conditions are not available, consult with the NRCS before planting. 11. Quality Control: The Control will be ultimately responsible for quality assurance. Quality control will be explained during the Pre-Planting Conference. In addition, NRCS representatives will be available during the first day of planting and will occasionally visit the site during planting. They will also be available for consultation, but they will not serve as daily inspectors. It is the responsibility of the contractor to provide daty-to-day oversight of the planting crews. NRCS will conduct an inspection at the completion of the planting to determine the acceptability of the planting. AWARD: The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. The anticipated award date is on or before March 8, 2011. TIME FRAMES/DATE. The Tree planting must be completed by April 15, 2011 after contract award. PRICE. The Government estimated price range for the project is under $100,000 to $250,000. PRE-BID/PRE-PROPOSAL CONFERENCE: (a) The Government is planning a pre-bid/pre-proposal conference, during which potential offerors may obtain a better understanding of the work required. (b) Offerors are encouraged to submit all questions in writing at least five (5) days prior to the conference. Questions will be considered at any time prior to or during the conference; however, offerors will be asked to confirm verbal questions in writing. Subsequent to the conference, an amendment to the solicitation containing an abstract of the questions and answers, and a list of attendees, will be disseminated. (c) In order to facilitate conference preparations, it is requested that the person named on the Standard Form 1449 of this solicitation be contacted and advised of the number of persons who will attend. (d) The Government assumes no responsibility for any expense incurred by an offeror prior to contract award. (e) Offerors are cautioned that, notwithstanding any remarks or clarifications given at the conference, all terms and conditions of the solicitation remain unchanged unless they are changed by amendment to the solicitation. If the answers to conference questions, or any solicitation amendment, create ambiguities, it is the responsibility of the offeror to seek clarification prior to submitting an offer. (f) The conference will be held: Date: February 11, 2011 Time: 11:00 am, Central Standard Time (CST) Name: USDA NRCS New Boston Service Center Address: 905 W US Highway 82 New Boston, Texas 75570-2413 Phone: (936) 628-6509 NOTE: For directions to the Pre-bid/Site Visit Conference, please contact: Holly Sagely, Soil Conservationist, at (936) 628-6509. 52.228-1 BID GUARANTEE: The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The Contracting Officer will return bid guarantees, other than bid bonds- (1) To unsuccessful bidders as soon as practicable after the opening of bids; and (2) To the successful bidder upon execution of contractual documents and bonds (including any necessary coinsurance or reinsurance agreements), as required by the bid as accepted. The amount of the bid guarantee shall be 20 percent of the bid price or $20,000.00, whichever is less. SUBMITTAL REQUIREMENTS. This is an INVITATION FOR BID (IFB) PROCUREMENT. Specific instructions for preparing and submission of bids are provided in the solicitation. Interested and qualified firms must submit their bids no later than 2:00 PM (CST), March 4, 2011 to the attention of Danny Mandell, Contracting Officer at the contracting office address listed in this notice. Page 45 - 46, of the Solicitation: PREPARATION OF BIDS (NRCS, TX, DEC 2007) In order to receive complete consideration for award of a contract, prospective contractors are requested to submit bids consisting of the following: -- Completed STANDARD FORM (SF) 1449, sign and date -- Acknowledgment of any/all Amendments on Standard Form 30, sign and date -- Completed BID SCHEDULE -- Completed online application for REPRESENTATIONS and CERTIFICATIONS -- Provide your DUNS number on the front of SF 1449, block 17a. -- Bid Guarantee NOTE: FACSIMILE/EMAIL BIDS WILL NOT BE ACCEPTED. BIDS MUST BE IN A SEALED PACKAGE. Contractors when mailing or hand carrying your bid packet, please ensure that the Solicitation No. AG-7442-S-11-0029 is annotated on the outside cover of the bid envelope or package. QUESTIONS OR CLARIFICATIONS. (a) All questions or requests for clarifications shall be submitted to Danny Mandell at danny.mandell@tx.usda.gov. Please direct all questions via email only, no later than 4:30 pm, February 11, 2011. Questions received after this date and time will not be addressed. Answers to all questions submitted will be provided altogether as an amendment to this solicitation as soon as possible after the time and date listed above. CCR REGISTRATION: All prospective contractors must register in the Central Contractor's Registration database at www.ccr.gov. to be considered for an award of a federal contract. The CCR Customer Assistance Center can be contacted toll free at: 1-888-227-2423. The first step to registering is to obtain a Data Universal Numbering System (DUNS) number, which is a unique nine-character identification number provided by the commercial company Dun and Bradstreet (D&B). To request a DUNS number call D&B at the toll free number 1-866-05-5711 or register on-line at http://www.dnb.com/ccr/register.html. This process is free of charge. It is the offeror's responsibility to check the FEDBIZOPPS website at: http://www.fedbizopps.gov for any revisions to this announcement or other notices. Email address for inquires is: danny.mandell@tx.usda.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/TXSO/AG-7442-S-11-0029/listing.html)
 
Place of Performance
Address: Bowie County, Texas, United States
 
Record
SN02374720-W 20110209/110207234446-604bf7484be3876ae33e361f19ccb1fe (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.