Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

R -- R - CERTIFIED AERIAL PESTICIDE APPLICATOR FOR EASTERN NAVAJO AGENCY DISTRICT 15 AND 20.

Notice Date
7/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
A11PS00831
 
Response Due
7/26/2011
 
Archive Date
7/18/2012
 
Point of Contact
Mary Jim Contract Specialist 5058638257 ;
 
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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A11PS00831 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This procurement is being conducted under the Simplified Acquisition procedures pursuant to the authority of FAR Part 12, Acquisition of Commercial Item. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. Chaco Wash in Lake Valley and White Rock Grazing Community Salt Cedar Eradication Project San Juan County, New Mexico I. Back GroundThe Bureau of Indian Affairs (BIA) of the Eastern Navajo Agency Division of Natural Resources is responsible for the rangeland resources and noxious weeds interfere with land management objectives. These weeds are not native to the area in which they are a problem. Salt cedar infestations along the water courses usually take in a lot of water, whereas the arid southwest and the Eastern Navajo Agency are still in the drought state. Salt cedar infestation within the Chaco Wash is within the Eastern Navajo Agency corridor has been funded to address this dilemma. The Navajo livestock producers or the Grazing Permittees of Whiterock and Lake Valley Grazing Community along with the local Chapter government sited the problem and initiated the project. As a lead agency, with cooperation with the USDA NRCS, the Navajo Nation, and BIA Division Natural Resources will contract out the Salt Cedar eradication to an Ariel herbicide applicator. II. Project Location The project is within the Eastern Navajo Agency in District 15 and 20, all within the Chaco Wash/Lake Valley Range Unit area of the Navajo Nation. The Chaco Wash is one of the main drainage of the San Juan River Basin. The drainage all flows into the San Juan River. III. Purpose The Salt cedar infestation and the impact of the infestation have alarmed the water and land users in this region to emphasize the water shortage, coupled with the drought situation. Salt cedar is found in nearly every watercourse in the southwestern U.S., and is rated as one of the worst unwanted water using plants with an annual rate of water consumption greater than any other species found in the water channels. The annual moisture is not sufficient to recharge existing springs. The salt cedar evaportranspires considerably more ground water than the displaced native vegetation which may affect the total flow of the stream or river. Salt cedar is without a doubt the outstanding problem, because of its aggressive nature and thirst for water. Because of its aggressive nature, Salt cedar has taken over watercourses, native plant species are pushed out. Therefore, through cooperative efforts from the San Juan Watershed team, watercourse channels have been identified with heavy Salt cedar infestations. These locations are identified by GPS mapping. The GPS coordinates will be given to the Certified Aerial Pesticide Applicator to precisely apply herbicides on the target species. IV. Culture ProtectionThe herbicide application will be an aerial application from a helicopter. Therefore no ground disturbance will be done, however the herbicide will have an impact on the environment. This is the intended purpose of the project, to control Salt cedar in the water courses of the Chaco Wash area. The herbicide application off the helicopters is precisely applied to the species with no harm done to the other non target species. The only species of concern is the Southwestern Willow Flycatcher; the habitats for the Southwestern Willow Flycatcher are primarily in the flowing stream areas. No impact to the Willow Flycatcher to the area because should they be in the area during the season, they will have left the area and not be roosting within the course of the application. The applicator will adhere to the pesticide product label to insure no environmental injury is done. As previously indicated, the applicator will be applying his pesticide product preciously on the target species. V. Scope of WorkProject Area DescriptionThe project areas are mainly within the water channels where there are Salt cedar infestations. Vegetation and SoilThe soils include the sandy, sandy loam, loamy clay and clay loam. Vegetation communities are salt cedar, cotton wood, sagebrush, grease wood, and some understory plants. The areas of concerns are all in the water channel area. Objective and methodologyThe objective of this project is to establish herbicide control of Salt cedar and implement some erosion control measures and restore the riparian areas with desirable plant species. Whereas now the Salt cedar draws up a lot of surface water and when control is in process, the water table may be recharged and surface water will flow again. A. The contractor shall perform the following:The contractor will apply herbicide on Salt cedar in the designated project sites. The contractor will have mapping of the project area and treat 500 acres of Salt cedar. This many acres mount to about twelve miles of continuous salt cedar with about thirty (24) feet swath. Realistically, there are patches along the Chaco Wash corridor all the way from District 14/15 line on up to District 20 Range Unit 15 Lake Valley (NM St Rt 371. The contractor will fly over the Salt cedar and apply herbicide only on the target species. There are some projects already accomplish with this method. The herbicide application will be done according to the product label and be adhered to. The recommended time of herbicide application is early fall, around September. B. Bureau of Indian Affairs (BIA) shall:The Bureau of Indian Affairs will provide the topographic maps with GPS coordinates for the contractor. The BIA staff will be on site and inform the local land Board members and the permittees of the herbicide application. VI. Performance times and Delivery DatesThe project will be time to the phenology of the Salt cedar life cycle; when the plant starts to go dormant, this has been designated as to be the best time to treat Salt cedar with effective measures. The success from previous applications indicates like wise and also several NRCS staff has had success. September 13, 2010 is the target date of application. FAR 52.212-02: Evaluation -Commerical Items:(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management CapabilityFactor III - Past Performance In accordance with FAR 15.101-2, Lowest price technically acceptable source selection process. (a) The lowest price technically acceptable source sleection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. (b) When using the lowest price technically acceptable process, the following apply: (1) The evaluation factors and significant subfactors that establish the requirements of acceptability shall be set forth in the solicitation. Solicitations shall specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. If the contracting officer documents the file pursuant to 15.304(c)(3)(iii), past performance need not be an evaluation factor in lowest price technically acceptable source selections. If the contracting officer elects to consider past performance as an evaluation factor, it shall be evaluated in accordance with 15.305. However, the comparative assessment in 15.305(a)(2)(i) does not apply. If the contracting officer determines that a small business? past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). (2) Tradeoffs are not permitted. (3) Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. (4) Exchanges may occur (see 15.306). M.1 52.217-05, Evaluation of Options:Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award:Award will be made on the basis of the lowest evaluated price of proposals meeting the technically acceptability standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of proposals (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3. EvaluationThe Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability proposal with the lowest evaluated price. Each Factor will be rated either "Acceptable" or "Unacceptable." All factors must be "Acceptable" in order to be determined as technically acceptable. A proposal with any factors that are rated as "Unacceptable" will not be considered. M.4. Evaluation FactorsFactor I - Technical CapabilityFactor II - Management CapabilitiesFactor III - Past Performance Factor I - Technical Capability Proposal for a Certified Aerial Applicator, in accordance with the SOW. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the proposed technical approach. The technical proposal should reflect a clear understanding of the nature of the work to be performed. The proposal shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The proposal should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW.b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW.d) Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for a Certified Aerial Applicator, in accordance with the SOW. Each offeror shall submit a plan consisting of a narrative explanation of their proposed on-site approach to project management and coordination; and cost control measures on change orders and how they are proposed and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the proposed key personnel qualifications. The assessment will consider whether the proposal provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project.b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path. Factor III - Past Performance for a Certified Aerial Applicator, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items:52.233-03, Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-30, Installment Payments for Commercial Items; 52.232-33, Payment by Electronic Funds Transfer; 52.232-36, Payment by Third Party (referenced): 52.232-18, Availability of Funds; DOI Acquisition Reg (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, by close of business, 4:30 P.M., Local Time, July 26, 2011. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: mary.jim2@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, at (505) 863-8257, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS00831/listing.html)
 
Place of Performance
Address: CROWNPOINT, NM
Zip Code: 87313
 
Record
SN02503161-W 20110721/110720001034-b0df64c0b293f608f811d4d6b2bffbd8 (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.