Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2005 FBO #1140
SOLICITATION NOTICE

99 -- Supply and Deliver container seedlings

Notice Date
1/7/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM ALASKA STATE OFFICE 222 W 7TH AVE. #13 ANCHORAGE AK 99513
 
ZIP Code
99513
 
Solicitation Number
LAQ052001
 
Response Due
1/14/2005
 
Archive Date
1/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a written solicitation will not be issued. This is being issued as a Request for Quote (RFQ) LAQ052001, under the Simplified Acquisition Procedures (SAP), FAR part 13.5. The NAICS code is 111421. The small business size standard is $750,000 average annual receipts. This acquisition is a small business set-aside. The procurement is a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. The clauses and provisions referenced in this solicitation may be obtained in full text form at: http://www.arnet.gov/far. : SCOPE OF WORK FOR WHITE SPRUCE SEEDLINGS A-1 Scope of Contract It is the purpose and intent of this contract to supply and deliver container seedlings to the Bureau of Land Management, Glennallen Field Office located in Glennallen, Alaska. Seeds collected within the GFO district boundaries will be supplied to the participating contractor and provided after award of the contract. C-2 Technical Specifications A. Seedling Containers 1. All seedlings shall be grown in 5 cubic inch styroblock or equal, containers. Containers shall be constructed so that circular root growth and growth between adjacent containers will be discouraged and air pruning will be accomplished. Paper containers shall not be used. B. Growing Media 1. Any standard growing media may be used provided the media/root plug will hold together when the seedling is pulled from the growing container and remains intact during shipping and the normal handling of planting operations. D. Sowing 1. The contractor may sow with a single seed per container or sow more than a single seed and transplant to obtain contract quantity. Any transplanting must be accomplished before lateral root development. E. Care Of Trees 1. The Contractor shall provide a permanent greenhouse with heat, water, fertilizer, insecticide, fungicides, and photoperiod as needed to assure that healthy seedlings meeting required standards are produced by the lifting date. F. Minimum Acceptable Sizes and Conditions 1. Minimum Acceptable Sizes and Conditions As 1+0 Container Stock: Top height is measured at the straight line distance from the top of the growing media to the uppermost point of the central stem. Needles are specifically excluded from the height measurement. Stem diameter is the cross-sectional diameter measured at a point below the cotyledonary node. Caliper: Minimum 2.3 mm Target 2.7mm Height: Minimum 4 inches Target 6 inches 2. A terminal bud must be evident. 3. All acceptable seedlings must be alive, healthy, and free of any disease, chlorosis, or mechanical damage. Where diseases are present in the nursery and seedlings are to be put into cold storage, the seedlings shall be given an appropriate fungicidal treatment 10 days before the delivery to the Government. 4. Root elongation from the bottom of containers shall be restricted by growing seedlings in a manner which will provide air pruning of roots. Roots extending outside of the container shall be cut prior to packaging. 5. The plug formed by the roots and growing media must remain intact when pulled out of the cavity and must be firm enough to remain intact during shipping and handling associated with the tree planting operation. 6. The plug formed by the root and growing media shall be moist and the foliage shall not have any free water. 7. Seedlings shall not be spindly. Seedlings shall be able to support themselves in an upright position. G. Predelivery Conditions 1. The induction of dormancy (hardening-off process) should be initiated and completed so that the seedlings are maintained in a dormant condition until delivery. H. Preparation for Shipping 1. All seedlings shall be lifted while the seedlings are in full dormancy. 2. All seedlings shall be removed from the growing container (or styroblock) and packed approximately 10 to 15 plugs per bundle. Root masses shall not be deformed. 3. Seedlings shall be packed horizontally. Seedlings root masses or tops shall not be deformed or damaged as a result of packing or overpacking. Seedlings shall be packed in heavy corrugated waxed cardboard boxes. The box weight shall not exceed 50 pounds. The outside of each box shall be marked with the following information: - Number of seedlings per bundle - Number of seedlings per box - Marked "This End UP" on two sides 4. Once extracted, all seedlings shall be stored in a cooler. The temperature shall be maintained at 33 to 36 degrees Fahrenheit and humidity shall be maintained between 90 and 95 percent. 5. Boxes of seedlings when placed in cold storage shall be arranged in such a manner as to allow air circulation around each container, and to prevent crushing, smothering, or other physical damage. I. Production and Pick-up Schedule and/or Delivery Schedule 1. The contractor shall provide the Government with an estimated inventory of live seedlings by July 10, 2005. 2. The Government shall provide the Contractor with a tentative shipping schedule by July 10, 2005. Seedlings shall be delivered in August, actual dates will be weather dependent. 3. Partial shipments may be required depending on anticipated environmental conditions around the time of delivery and/or planting. 4. The contractor shall ship all seedlings in refrigerated containers to the destination provided by the Government. J. Records 1. The contractor shall currently maintain and, upon request, provide the Government a record by date listing the cultural work undertaken for this contract. Records shall include dates of sowing, fertilization, insecticide and fungicide treatment, temperature, watering, additional photo period, induction of dormancy, and any additional procedures. The Period of Contract is estimated; January 19, 2005 through September 30, 2005 actual dates will be weather dependant. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to the Offerors Commercial Items: 52.212-2 Evaluation of Commercial Items: the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1) Technical capability of item offered to meet the Government requirement: 2) Past performance; and 3) price. Evaluation factors 1) and 2) above, when combined are approximately equal to price. The contract award will be offered to the best value offer made to the Government, considering technical capability, past performance and price. 52.212-3 Offeror Representation and Certifications Commercial Items: 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In Paragraph (b) of 52.212-5, the following apply: 52.219-6, 52.222.03 52.222-21, 52.222-26, 52.225-13, 52.232-33, 52.222.41 and 52.222-42 (In Full Text): STATEMENT OF EQUIVALENT RATES FOR FEDERAL Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage- Fringe Benefits WG5 $13.98 Evaluation Criteria 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: The quoter shall provide specific information of recent relevant, similar effort contracts that support past and present performance in the past three years. Quoters shall provide at least three references on past contracts. Agency/Company Contact name and phone number Period of performance Dollar value of contract Contract name, number and type The rating on past performance will include the following sub factors: a. Quality of Services Demonstrated ability to meet the contract specification and conformance to standards of good workmanship. b. Customer Satisfaction c. Business Relations-Effetiveness of management working relationships and cooperative behavior d. Timeliness-Compliance with schedules e. Responsiveness and Reliability Technical and past performance, when combined are 25% for Technical and 25 % for Past Performance Price will be 50% A signed purchase order will be sent to the contractor after award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items wit its offer. This provision may be obtained at http://www.arnet.gov/far. All responsible sources may submit an offer (see evaluation factors), including unit pricing information 30 packages each containing 1000 seedlings plus shipping to The Bureau of Land Management, Attn: Terese Bertini, 222 W 7th Ave. #13 Anchorage, AK 99513 by close of business 01/14/2005. You may fax your quotes to (907) 271-4595 Note: CCR Registration: a prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. See contract clause 52.207-1 Central Contractor Registration (OCT 2003). Information on registration may be obtained via the Internet at: http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=825722)
 
Record
SN00731652-W 20050109/050107212055 (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 |
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.