Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
SOLICITATION NOTICE

88 -- Goat Grazing

Notice Date
4/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - WHIS Whiskeytown NRA National Park Service-Whiskeytown NRAP.O. Box 18814412 Kennedy Memorial Drive Whiskeytown CA 96095
 
ZIP Code
96095
 
Solicitation Number
Q11PE00620
 
Response Due
4/29/2011
 
Archive Date
4/17/2012
 
Point of Contact
Sheri Slavens Contract Specialist 5302423402 sheri_slavens@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
This is a combined synopsis/solicitation for the acquisition of road-base rock, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-38 (Correction) of December 10, 2009. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation/Request for Quotations (RFQ) number is Q8750110348. The acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classifications System Code is 112420 and the size standard is $0.75m. Project Description: The primary objective of this project is to use goats to reduce the fuel load and pervasiveness of nonnative and invasive plants within Whiskeytown National Recreation Area. Up to three 20 acre treatment areas are proposed, listed in priority order: 1)The Tower House Historic District 2)Whiskeytown National Recreation Area Headquarters3)Whiskeytown Environmental School Landscaped Area Award of any or all or bid items is subject to availability of funding at the time of award. The Government reserves the right to award to all or part of the three bid items. Scope of Work: The contractor shall provide all labor, equipment, materials, supplies and services to accomplish all work required under the following description of work. This shall include mobilization to and from work site. The contractor shall conduct open range herding of goats to ensure that target herbaceous species and areas are appropriately treated. The herd may contain up to 10% in number of sheep. Dogs may be utilized unleashed, for the purposes of moving and containing the goats. All areas to be treated shall be identified on the ground by NPS personnel in conjunction with the Contractor prior to initiating any work. Treatment areas will be identified with pink flagging. Excluded areas will be identified with red and white striped flagging. Contractor will have personnel onsite during the entire project and will not leave the herd unattended. Work Standards and Browse Prescription:Goats will be used to browse and reduce dense understory including grasses, forbs, brush, seedlings, and trees to reduce fuel loading. "Grasses and forbs: Reduce 75-90% of annual and perennial grasses and forbs to a height of one inch to four inches. "Brush: Remove 75-90% of leaves and first year stem growth from existing brush (such as toyon, manzanita, poison oak, and Himalayan blackberry) under five feet in height. "Seedling/saplings: Remove 40-90% of leaf and first year stem growth from all tree species under six feet in height. "Trees: Limit debarking to less than 10% on oak and pine trees greater than six inches in diameter at breast height. "All Historic Trees must be protected from any goat browse or other damage and is the responsibility of the Contractor. These trees will be flagged by the NPS with red and white striped flagging. The period of performance is approximately May 01, 2011 to July 01, 2011. INTERESTED PARTIES SHALL SUBMIT A QUOTATION BASED ON A UNIT PRICE PER ACRE. The Government reserves the right to adjust the total agreage based on availability of funding at the time of award. The following FAR provisions and clauses apply: 52.212-1, Instruction to Offerors-Commercial Items; 52.212-3, Offer Representations and Certifications-Commercial Items (to be completed and provided with quotation); 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 (applicable are: (5)(i)-52.219-6; (16)-52.222-26; (17)-52.222-35; (18)-52.222-36; (19)-52.222-37; (21)-52.225-1; and (29)-52.232-33. Full text versions of all FAR references and clauses are available at http://www.acquisition.gov/far. Contractor must be registered in the Central Contractor Registration (CCR) system (ccr.gov) before award to be considered. Submit quotations to the attention of Sheri A. Slavens, Contract Specialist and mail to Whiskeytown National Recreational Area, P.O. Box 188, Whiskeytown, CA 96095, or send by facsimile to (530) 242-3409. Quotations must be received no later than 4:00pm PST, Thursday, May 29, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q11PE00620/listing.html)
 
Place of Performance
Address: Whiskeytown National Recreation Area, Shasta County, California
Zip Code: 96095 018
 
Record
SN02426752-W 20110420/110418233902-96340c64fc5c335657d9b2679447b514 (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.