SOLICITATION NOTICE
F -- Seed Collection for BLM-Eastern Lassen County, CA
- Notice Date
- 6/18/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM NATIONAL BUSINESS CENTER BC663, BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
- ZIP Code
- 80225
- Solicitation Number
- NAQ030076
- Response Due
- 7/2/2003
- Archive Date
- 6/17/2004
- Point of Contact
- Barbara Bellio Contracting Officer 3032369438 Barbara_Bellio@blm.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation No. NAQ030076 is issued as a Request for Quotes (RFQ).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 in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-14. This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 111998 All Other Miscellaneous Crop Farming, or Standard Industrial Classification Code (SIC) 0191 Grass Seed Farming or General combination crop farming. (1) REQUIREMENT: The Bureau of Land Management, Eagle Lake Field Office, Susanville, CA has a requirement for native seed collection at two fire sites: : 1) Rush Fire (Items 1-3), and 2) Horse Fire (Items 4-6). (2) SPECIFICATIONS: Seed shall be collected from eastern Lassen County, California, within a 25 mile radius of the center of the Rush Fire (approximate center T.32N, R.16E, Section 13) and Horse Fire (approximate center T.32N, R.13E, Section 27). Maps are available upon request. A. Collection of seed shall be from the following native species: Squirreltail (Elymus elymoides), mountain big sagebrush (Artemisia tridentata ssp. vaseyana), and antelope bitterbrush (Purshia tridentata). It is the responsibility of the Contractor to insure that the correct taxa are identified and collected. Rush Fire: Item 1 - Squirreltail seed - 675 PLS lbs at $____/lb = Total ________ Item 2 - Mountain big sagebrush seed - 300 PLS lbs at $____/lb = Total ______ Item 3 - Antelope bitterbrush seed - 4800 PLS lbs at $____/lb = Total _______ Total for Rush Fire = $______________ Horse Fire: Item 4 - Squirreltail seed - 105 PLS lbs at $____/lb = Total _______ Item 5 - Mountain big sagebrush seed - 17.5 PLS lbs at $____/lb = Total _______ Item 6 - Antelope bitterbrush seed - 280 PLS lbs $____/lb = Total _______ Total for Horse Fire = $_______________ Total Amount (Both Fires) $______________ B. Seed price and weight shall be calculated on a PLS (pure live seed) basis. Percent PLS calculation formula is: purity times total viability (total viability = germination + dormant) = %PLS. C. Contractor is responsible for proper maturity of seed. Seed shall be collected when seed is sufficiently ripe to attain maximum viability. A majority of the seed should be at the hard seed stage. D. All seed collected under this contract shall meet the following purity and germination standards: 85% purity, 75% germination for all species except Wyoming Big Sagebrush. The standard for Sagebrush shall be: 12% purity and 75% germination. Mechanical harvesting is not restricted however terrain shall determine collection method (most likely-hand collecting). In the case of crop failure or insufficient production, collection period may be extended by negotiation for an additional year. Information regarding public versus private land: Rush Fire Collecting area is approximately 80% BLM land, and the fire affected less than 5% of that land. Horse Fire Collecting area is approximately 50% BLM and 10% National Forest land, and the fire affected less than 5% of that land. E. The following criteria shall be met in collections: i) Collect seed from healthy parent plants and a diverse representation of the native shrub and grass stand. ii) Seed shall be kept and stored in lots according to species and according to each of the regions seed were collected from. iii) Seed shall be collected in such a manner as to insure that no noxious weed seeds and no more than 0.5% other weeds are present in the collections. This includes, but is not limited to, noxious weeds such as yellow starthistle, Scotch thistle, Canada thistle, whitetop, knapweeds, Dalmatian toadflax, perennial pepperweed, medusahead, and other weeds such as cheatgrass, tumble mustard, or tansy mustard. iv) Collection records shall be kept recording the following information for each collecting area: legal description (township, range, section); elevation; date; size of area; name of all collectors; and the species collected. A single Herberium collection for each variety is required (including the flowering or fruiting stem, leaves, and root crown (root crown for grasses only). The collection shall be placed in a plant press. The Universal Transverse Mercator (UTM) coordinates shall be obtained and recorded on the Collection Record form. This information shall be furnished to the Contracting Officer or representative at the time of seed delivery. v) Seed shall be collected from Bureau of Land Management (BLM) land within the specified locations, per item number. It is the responsibility of the contractor to make necessary arrangements for and receive authorization from landowners to collect on private land or other agency land. Contractor shall also be responsible for getting encroachment permits when collecting within right-of-way. vi) Seed shall be collected within an elevation range of 4,800 to 6,000 feet for the Rush Fire (Items #1-3) and elevation range of 4,800 to 5,000 feet for the Horse Fire (Items #4-6). F. Seeds shall be properly stored in a cool, dry storage area until shipment to the BLM. G. The Contractor shall have all seed lots tested for weeds, purity, and germination by a State Certified Seed Lab. Copies of the Seed Lab Test results shall be furnished to BLM. Contractor is responsible for the cost of seed testing. Each bag of seed shall be properly labeled with this information as well as species and seed lot prior to shipping. H. Contractor shall notify the Contracting Officer of any amount of seed collected over the amount specified in the contract. Contractor shall offer this seed for purchase to the Contracting Agency (BLM) at or below the amount specified in the contract prior to any other marketing. If not purchased by the Contracting Agency (BLM), seed becomes the property of the Contractor upon purchase of any necessary collecting permits. (3) DELIVERY: Upon arrangement with the Contracting Officer, seeds shall be delivered to the Eagle Lake BLM Warehouse, at Fifth and Cedar Streets, Susanville, California, FOB Destination in standard 50 lb seed bags (20" by 30" approx.). Seeds shall be delivered no later than December 15, 2003. "FOB DESTINATION" means that all costs for transportation or freight from the shipping point shall be paid by the contractor and included in the unit price quoted for each line item. (4) CLAUSES AND EVALUATION CRITERION: The following FAR (Federal Acquisition Regulations) provisions and clauses apply to this procurement: 52.212-01-Instructions to Offerors-Commercial Items, addendum to include FAR clause 52.215-5; 52.212-02-Evaluation Commercial Items, submit invoice(s) to Eagle Lake Field Office, 2950 Riverside Dr., Susanville, CA 96130. (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 will be used to evaluate offers (Factors 1-3 are equal and more important than 4-Price): Factor #1-Technical Capabilities-Provide the number of years offeror has been performing this type of work. If part of the experience period was doing business under a different business name, identify that business and period separately. Provide a listing of your in-house capabilities and the work you intend to subcontract. Detail your proposed method for collection and work crews. Confirm compliance with regard to paying laborers minimum wage set-forth in wage determination. Include a list of the facilities, supplies, tools and equipment you intend to use; Factor #2- Experience and Qualifications-Explain who is going to perform the work, their skill level and classification. The Contractor shall have a minimum of three years prior work experience in native plant species identification for the Great Basin area. Resume(s) or other evidence of qualification of native species collecting shall be provided with submission of proposal; Factor #3-Contractor's Past Performance-Provide a listing of your projects for the past three-year period which most closely relate to this type of work. Include the dates of performance, the company name, the name of contact person and their telephone number. If you have failed to complete any project in the last three-year period, provide any information regarding the cause or remedy of that particular situation; Factor #4-Price. 52.212-03-Offeror Representations and Certification; 52.212-04-Contract Terms and Conditions-commercial Items; 52.212-05-Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items (under paragraph (b) the following FAR clauses apply; 52.203-6 w/Alt 1, 52.219-8; 52.212-9; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-19; 52.225-3;52.225-13; 52.232-34; 52.222-41; 52.222-42; BLM 1510.037- ELECTRONIC FUNDS TRANSFER PAYMENTS, 52.217-8 (option to extend services - for an additional year if seed collection amount falls short of requirement). The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far/ or at http://farsite.hill.af.mil or upon request from the Contracting Officer. (5)INSTRUCTIONS TO OFFERORS: Quotes must be submitted in writing on a SF 1449 or on company letterhead and must include: (a) RFQ number; (b) the company name and address; (c) point of contact; (d) phone number; (e) fax number; (f) the unit price; (g) the extended price; (h) Grand Total for each fire (multiple awards may be made by individual fire, by combining two fires, or a single award may be made for both fires); (i) and any prompt payment discount terms; (j) a completed copy of the FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS provision; and (k)documentation for experience and qualifications and three most recent references for work performed similar in nature. Quotes shall be received by July 2, 2003, 2 pm local Denver time to the Bureau of Land Management, National Business Center, ATTN: Barb Bellio, POB 25047, Bldg. 50, Mail Code-BC-663, Denver Federal Center, Denver, CO 80225-0047 or by FAX at (303)236-9421. All responsible offerors may submit a quotation that, if timely received, shall be considered for award. It is impracticable to distribute Maps and Wage Rates with this solicitation. The wage rate applicable to this project is Wage Determination No 1994-2333, Revision No. 20, date of last revision: 5/28/02. Category: Laborer, Grounds Maintenance at $9.04/hr. A written request for any documents related to this acquisition may be faxed to (303)236-9421, Attn: Barb Bellio. See Note 1.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=492569)
- Place of Performance
- Address: near BLM Eagle Lake Field Office Eastern Lassen County 3950 Riverside Drive Susanville, CA 96130
- Zip Code: 96130
- Country: US
- Zip Code: 96130
- Record
- SN00350642-W 20030620/030618213633 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |