SOLICITATION NOTICE
F -- Gypsy Moth, Slow the Spread
- Notice Date
- 11/21/2005
- Notice Type
- Solicitation Notice
- NAICS
- 115112
— Soil Preparation, Planting, and Cultivating
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Minnesota Shared Service Contracting Unit, 8901 Grand Avenue Pl., Duluth, MN, 55808
- ZIP Code
- 55808
- Solicitation Number
- RFP-R9-9-06-2
- Response Due
- 1/5/2006
- Archive Date
- 1/20/2006
- Small Business Set-Aside
- Total Small Business
- Description
- Project Description The purpose of this multi year IDIQ solicitation is to aerially apply Disrupt II (EPA Reg. No. 8730-55, Hercon Environmental, Emigsville, PA) mixed with a sticker (Gelva 2333, Surface Specialties, Smyrna, GA) to control low density populations of the gypsy moth in including but not limited to the states of North Carolina, Virginia, West Virginia, Kentucky, Ohio, Indiana, Illinois, Iowa, Wisconsin and Minnesota in 2006, 2007 and 2008. Bidders are required to provide all application aircraft, observation aircraft, personnel, licenses, equipment, materials (except for the Disrupt II and other government furnished materials), transportation and incidentals to support annual projects ranging from approximately 200,000 to 600,000 acres of treatment. Differentially Corrected Global Positioning System (DGPS) for aircraft tracking, guidance and flight path recording during spray operations is also required. Treatment blocks will be a mixture of contiguous forested areas, urban or residential areas and agricultural areas dotted with homes and small woodlots. Treatments will occur in June, July and early August of each year. The amount and location of work to be offered in 2007 and 2008 cannot be predicted with any degree of accuracy at this time because gypsy moth populations fluctuate widely in both space and time. Therefore, this project is offered as an Indefinite Delivery / Indefinite Quantity solicitation (IDIQ). The total acreage and locations of the treatment blocks that make up each year?s project will be provided in annual task orders under the parent IDIQ. The task order for 2006 will be issued with the solicitation and will include several hundred thousand acres of treatment divided into multiple bid items. Task orders for 2007 and 2008 will be issued during the 1st quarter of those years respectively. This project has been set aside exclusively for small business per FAR 19.502-2 (b) and will be awarded based upon a combination of both technical and cost factors. For more information, please contact Randy Lloyd (218-626-4360), or Donna Leonard (828-684-8796). Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Official date for receipt of proposals will be shown on the bid package. The solicitation package will be posted in it?s entirety at this site at a later date. The applicable NAICS code is 115112 and the associated Small Business Size standard is $6.0 Million.
- Record
- SN00935396-W 20051123/051121211619 (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 |