Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
MODIFICATION

87 -- Specialized Mixing and Supply of Native Seed to US Fish and Wildlife Service, Southeast Idaho Refuge Complex

Notice Date
5/25/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
F11PS00816
 
Response Due
6/1/2011
 
Archive Date
5/24/2012
 
Point of Contact
Paul Griffin Contracting Officer 5032312391 Paul_Griffin@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
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in 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 separate written solicitation will not be issued. The solicitation number for this requirement is F11PS00816 and the solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 05-50) and Federal Acquisition Regulation (FAR). This solicitation is unrestricted under NAISC: 424910. Set-aside: Full and Open Competition The US Fish and Wildlife Service, Region 1 (Pacific) has a requirement for the supply of native seeds and seed mixes to be supplied to the Southeast Idaho Refuge Complex in Chubbuck, Idaho. The native seed required for this project must come from Snake River Plain ecotypes to meet native seed policies of the U.S. Fish and Wildlife Service in order to fulfill program objectives for the Minidoka National Wildlife Refuge. Pre-approved vendors include the following: Granite Seed Company 1697 West 2100 NorthLehi, UT 84043 North Fork Native PlantsPO Box 115Driggs, ID 83422 Idaho Grimm Growers395 S. BroadwayBlackfoot, ID 83221 Lakey's Farm and Ranch1696 E. 990 S.Eden, ID 83325 QUOTE PRICING: Quantity Unit of IssueUnit Price Price Extended CLIIN00001Seed Mix #11 LS $_________$___________Sandy Loam/shallow loam/shallow stony soils/broadcast application, total coverage area of 357 acres at 25.4 PLS pounds mix per acre mixed per the specified below CLIN00002Seed Mix #1A1 LS $_________$___________Sandy soils, drill application, total coverage area of 259 acres at 13 PLS pounds mix per acre to be mixed per the specified below. CLIN00003Seed Mix #1B1 LS$_________$___________Sandy soils, broadcast application, total coverage area of 259 acres at.04 PLS pounds mix per acre mixed per the specified below. CLIN00004Seed Mix #21 LS$_________$___________Loamy soils, drill application, total coverage area of 26 acres at 17.9 PLS pounds mix per acre mixed per the specified below. CLIN00005Seed Mix #2A1 LS$__________$___________Loamy soils, broadcast application, total coverage area of 26 acres at.02PLS pounds mix per acre mixed per the specified below. SPECIFICATIONS:The U.S. Fish and Wildlife Service, Southeast Idaho National Wildlife Refuge Complex, 4425 Burley Drive Suite A, Chubbuck, ID 83202, has a requirement to purchase native grass seed to re-vegetate, reduce erosion, and to compete with/prevent the establishment of invasive grasses and other noxious and invasive plant species on approximately 640 acres of burned lands on Minidoka National Wildlife Refuge. These acres are at risk of permanent degradation due to fire severity. It is necessary to acquire seed that has the best chance of germinating to achieve rehabilitation goals. The native seed required for this project must come from Snake River Plain ecotypes to meet native seed policies of the U.S. Fish and Wildlife Service and program objectives for the Minidoka National Wildlife Refuge. The parameters listed below for native plant materials identify very specific specifications that must be met to achieve these objectives. DEFINITIONS: Snake River Plains derived: documented evidence that the parent plant material originated from or from within the Snake River Plains Ecoregion. Snake River Plains Ecoregion: that area of land and associated plant communities that lie in and around the Snake River in Idaho. Minidoka: Minidoka National Wildlife Refuge Pure live seed (PLS): Seed tested for purity and germination and seeding rates calculated based upon seed testing so that seed is purchased on basis of pure live seed in the mixture. Source identified: Source identified Snake River Plain Genotype native seed, with documentation of the location of the native seed collection site. The source-identified certification insures on-site identification and labeling for quality assurance. This informs seed buyers of genetic integrity, adaptation, and viability for the intended use. Documentation of "source identified" is important to ensure native seed has:o Adaptation to local soil conditions o Adaptation to local climate including temperature extremes and growing season length. o Prevent non-local genotypes from invading natural areas adjacent to plantings o Assurance that all species are locally native o Preservation of the local genetic material of declining native species USFWS: U.S. Fish and Wildlife Service, Southeast Idaho National Wildlife Refuge Complex SPECIFICATIONS: The selected contractor will provide the U.S. Fish and Wildlife Service with native grass seed mixtures that are composed of: CLIN0001Mix # 1: Sandy loam/shallow loam/shallow stony soils, broadcast application, Total of 357 acres, at 25.4 PLS pounds mix per acre.ShrubsWyoming Big Sagebrush (Artemisia tridentata ssp. wyomingensis)0.4 lbs/ac PLSGrassesBluebunch wheatgrass (Pseudoroegneria spicata) (Secar)4.0 lbs/ac PLSIndian Ricegrass (Oryzopsis hymenoides) (Nez Par)4.0 lbs/ac PLSNeedle and thread grass (Stipa comata)4.0 lbs/ac PLSSandberg's bluegrass (Poa sandbergii)1.0 lbs/ac PLSBottlebrush Squirreltail (Elymus elymoides)4.0 lbs/ac PLS ForbsWestern Yarrow, (Achillea millefolium)1.0 lbs/ac PLSMunro's globemallow (Sphaeralcea munroana)1.0 lbs/ac PLSArrowleaf Balsamroot (Balsamorhiza sagittata)2.0 lbs/ac PLSAlfalfa (Medicago sativa) (Ladak) 2.0 lbs/ac PLSSainfoin (Onobrychis vicifolia) (Eski)2.0 lbs/ac PLS CLIN0002Mix # 1A: Sandy soils, Drill application, Total of 259 acres, at 13 PLS pounds mix per acre.GrassesBluebunch wheatgrass (Pseudoroegneria spicata) (Secar)2.0 lbs/ac PLSIndian Ricegrass (Oryzopsis hymenoides) (Nez Par)2.0 lbs/ac PLSNeedle and thread grass (Stipa comata)2.0 lbs/ac PLSSandberg's bluegrass (Poa sandbergii)1.0 lbs/ac PLSBottlebrush Squirreltail (Elymus elymoides)2.0 lbs/ac PLS ForbsWestern Yarrow, (Achillea millefolium)0.5 lbs/ac PLSMunro's globemallow (Sphaeralcea munroana)0.5 lbs/ac PLSArrowleaf Balsamroot (Balsamorhiza sagittata)1.0 lbs/ac PLSAlfalfa (Medicago sativa) (Ladak) 1.0 lbs/ac PLSSainfoin (Onobrychis vicifolia) (Eski)1.0 lbs/ac PLS CLIN0003Mix # 1B: Sandy soils, Broadcast application, Total of 259 acres, at 0.4 PLS pounds mix per acre.ShrubsWyoming Big Sagebrush (Artemisia tridentata ssp. wyomingensis)0.4 lbs/ac PLS CLIN0004Mix # 2: Loamy soils, drill application, Total of 26 acres, at 17.9 PLS pounds mix per acre.GrassesBluebunch wheatgrass (Pseudoroegneria spicata) (Secar)5.0 lbs/ac PLSBasin Wildrye (Leymus cinereus) (Trailhead)0.5 lbs/ac PLSSherman big bluegrass (Poa secunda)0.3 lbs/sc PLSIndian Ricegrass (Oryzopsis hymenoides) (Nez Par)2.0 lbs/ac PLSNeedle and thread grass (Stipa comata)2.0 lbs/ac PLSSandberg's bluegrass (Poa sandbergii)1.0 lbs/ac PLSBottlebrush Squirreltail (Elymus elymoides)2.0 lbs/ac PLS ForbsSmall burnett (Sanguisorba minor)0.5 lbs/ac PLSWestern Yarrow (Achillea millefolium)0.1 lbs/ac PLSMunro's globemallow (Sphaeralcea munroana)0.5 lbs/ac PLSArrowleaf Balsamroot (Balsamorhiza sagittata)1.0 lbs/ac PLSAlfalfa (Medicago sativa) (Ladak) 1.0 lbs/ac PLSSainfoin (Onobrychis vicifolia) (Eski)2.0 lbs/ac PLS CLIN00005Mix # 2A: Loamy soils, Broadcast application, Total of 26 acres, at 0.2 PLS pounds mix per acre.ShrubsBasin Big Sagebrush (Artemisia tridentata ssp. tridentata)0.2 lbs/ac PLS Source Identification required for each species listed. Contractor will supply a native seed mix that is composed of the above species and quantities for: Mix AcresRate in PLS pounds/acre# 135725.4 #1A25913#1C2590.4# 22617.9#2A260.2 Packaging: The native seed mixes may be shipped in sacks (<80 lbs). Material Requirements:Native seed will be required to be "source identified". The source for native plant material should be Snake River Plains Ecoregion derived. Seeds must have their origin in this area, unless otherwise cleared through the USFWS.Seed will be certified "weed free", indicating there are no noxious weeds in the seed.Seed should be based on pure live seed (PLS) per pound, based upon purity and germination testing.All grass species provided through this contract will be from the harvest year of 2008,09 & 10 and shrub species from the harvest year of 2008-2009, 2009-2010 or fall of 2010. All seed will be required to have been tested within 120 days of sale for purity, germination and noxious weed content. Seed certification tag without testing documentation will not be accepted. Inert matter will not exceed 10%Quoted prices are to include shipping and handling costs (FOB Minidoka National Wildlife Refuge, Route 4 Box 290, 961 E Minidoka Dam, Rupert ID, 83350), mixing, seed test costs, and seed storage until October 2011.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 the staff of Minidoka. However, bidders should at least be generally confident that they can meet the desired quantities of each species (within +/- 1000 pounds) before making any substitutions. Annual precipitation on the Minidoka is approximately 8-12 inches, with most coming in the form of winter snow. Elevations within the treatment areas range from 4197 feet Mean Sea Level (MSL) to 4259 feet MSL. Plant materials must be adapted to the conditions of the site and it is necessary to acquire seed that has the best chance of germinating to achieve rehabilitation goals. DELIVERY:Delivery of seed will be to Minidoka National Wildlife Refuge, Route 4 Box 290, 961 E Minidoka Dam, Rupert ID, 83350. Delivery of seed is required no later than October 1, 2011. Successful offeror must have the ability to store seed under appropriate conditions until delivery October 1, 2011. Appropriate storage conditions are dry conditions, at temperatures between 35 and 90 degrees F, in low relative humidity, and out of direct sunlight INSPECTION AND ACCEPTANCE: Successful offeror will be required to provide proof of test results for seed lots included in this order that will document lot purity, germination, percent weed content, percent of inert matter and certification that seed is free from noxious weeds. Failure to provide certification will result in refusal of delivery and payment. Handling and unloading services will be provided by selected vendor in coordination with the USFWS at the delivery location. GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS/INFORMATION: Delivery locations will be at or near government facilities. Delivery shall be planned and accomplished so that there will be a minimum of interference and inconvenience to other operations taking place on Minidoka. The Contractor shall coordinate with USFWS staff to determine what other operations are scheduled to occur and work in coordination with other management activities on Minidoka lands. PROVISIONS AND CLAUSES:The Provision at FAR 52.212-1, Instructions to Offers-Commercial, applies to this acquisition and is incorporated by reference The applicability of FAR 52,212-2, Evaluation-Commercial Items applies, and the specific criteria to be used for evaluation shall be as follows:1)Price2)Warranties, Rebates, and Discounts3)Past Performance Offerors must supply a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items when responding to this solicitation, and have completed on-line representations and certifications found at www.orca.bpn.gov The Clause found at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, with the Clause incorporated by Reference. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition with the applicable Clauses contained therein as follows:a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-03, Protest After Award (AUG 1996) (31 U.S.C. 3553).(3) 52.233-04, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78)(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X__ (18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). _X__ (19) 52.222-03, Convict Labor (June 2003) (E.O. 11755). _X__ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). _X__ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __X_ (22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). ___ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212). _X__ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X__ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212). __X_ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). _X__ (31)(i)52.225-03, Buy American Act-Free Trade Agreements-Israeli Trade Act (JUNE 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138._X__ (33) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)._X_ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X__ (42)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does Not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).(ii) 52.219-08, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(iii) [Reserved](iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).(v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212).(vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793).(vii) [Reserved](viii) 52.222-41, Service Contract Act of 1965 (NOV 2007)(41 U.S.C. 351, et seq.).(ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (NOV 2007) (41 U.S.C. 351, et seq.).(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009) (41 U.S.C. 351, et seq.).(xii) 52.222-54, Employment Eligibility Verification (JAN 2009)(xiii) 52.226-06, Promoting Excess Food Donation to Nonprofit Organizations (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-06.(xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause) POINT OF CONTACT:This combined synopsis/solicitation is a request for competitive proposals. Offerors interested in submitting a quote, or requiring additional information on this solicitation should contact: Paul M. Griffin, Contracting Officer US Fish and Wildlife Service (503) 231-2391 phone, (503) 231-6259 fax, email: paul_griffin@fws.gov QUOTE SUBMISSION:Quotes must be received at the following address, by via fax or mail, prior to the closing date of this solicitation. Closing date of this solicitation is June 1, 2011 at 4:00pm PST: US Fish and Wildlife ServiceContracting and General Services911 NE 11th AvenuePortland, OR 97232 Quotes received that do not list pricing for all items contained within the schedule shall be considered non-responsive and rejected. Evaluation of quotes received in response to this solicitation and purchase order award is anticipated to be made within five (5) business days following the closing date of this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00816/listing.html)
 
Place of Performance
Address: Chubbuck, Idaho
Zip Code: 832021923
 
Record
SN02456534-W 20110527/110525234559-8cf9f14dc321d83aed5aa454bf6fc742 (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.