Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2007 FBO #2146
SOLICITATION NOTICE

F -- Utah - Seed Mixing, Milford Fire

Notice Date
10/10/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-UT UTAH STATE OFFICE* 440 WEST 200 SOUTH, SUITE 500 PO BOX 45155 SALT LAKE CITY UT 84101
 
ZIP Code
84101
 
Solicitation Number
JSQ084002
 
Response Due
10/24/2007
 
Archive Date
10/9/2008
 
Point of Contact
Susan Cowin Contracting Officer 8015394177 susan_cowin@blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement for a contractor to perform Seed Mixing for the Milford Flat Fire. 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. Proposals may be faxed to 801-539-4222 or e-mailed to susan_cowin@blm.gov . The Solicitation Number for this notice is JSQ084002. Statement of Work A. Description of Work: Contractor shall furnish all labor, equipment, tools, materials, supervision, supplies and incidentals to mix and bag an estimated 857,800 pounds of rangeland grass and forb seed according to the specific seed mixes provided. Exact seed species and quantity of species mixed will depend upon seed availability and arrival at the time seed is mixed. Work on this project shall comply with all Federal, State, and local regulations. Work shall begin October 29, 2007 and shall be completed by November 26, 2007. B. Location: Work under this contract shall be performed at: Delta Seed Warehouse 700 North Hwy. 6 Unit # 7 Delta, Utah 84624 C. Environmental Considerations: The seed warehouse area shall be kept clean for the duration of the contract work. At a minimum, the Contractor shall sweep the warehouse floor at the end of each work day. Once all seed mixing is completed, the warehouse shall be cleaned up, and all refuse shall be removed by the Contractor. The Contractor shall be responsible for disposal of all refuse material in a manner consistent with State, Federal, and local laws and for all expenses incurred with disposal. 1.02 CONTRACTOR FURNISHED MATERIALS: A. Equipment: Contractor shall provide labor, seed mixing equipment, scale, seed bags, portable sewing machines, generator (the seed warehouse does not have power), sewing string, tags or markers (to identify seed mix on each individual seed bag), and shrink wrap (to secure seed bags on pallets). All expenses relating to maintenance and operation of equipment shall be included in the unit price for mixing. B. Requirements: The bags shall be weighed by the Contractor and are to range between 48 to 52 pounds per bag. Each bag shall be securely sewed shut. Contractors shall label each individual bag of seed by seed mix. Contractors shall securely stack bags on pallets and wrap each pallet stack with shrink wrap. The pallets shall be stacked no higher than eight (8) feet high with 2000 pounds (i.e. 40 bags) per pallet. 1.03 GOVERNMENT FURNISHED PROPERTY: A. Seed: Seed provided by the government shall be tested and determined to be weed free, and shall be separated by species and lot numbers. See Below Seed Name Lowry Mix Salt Creek Mix Mix B Mix C Mix D Mix F Mix G Mix H TOTALS Crested WG-Hycrest (I) 3,000 13,000 70,000 19,000 64,100 15,300 300 6,000 190,700 Crested WG-Fairway (I) 10,800 2,000 20,000 32,800 Crested WG-Nordan 450 450 Siberian WG-Vavilov (I) 3,000 50,000 12,050 21,600 25,000 111,650 Siberian WG-P27 32,700 32,700 Snakeriver WG-Secar (N) 2,500 7,250 9,750 Bluebunch WG-Anatone (N) 1,000 1,900 2,900 Bluebunch WG-P7 100 100 Intermediate WG-Oahe (I) 4,600 13,000 4,000 31,800 53,400 Pubescent WG-Luna (I) 3,700 9,100 7,000 20,600 3,000 39,050 82,450 Tall WG-Alkar (I) 500 5,000 3,000 3,000 3,000 1,000 13,300 28,800 Western WG-Arriba (N) 22,000 10,700 32,700 Thickspike WG-Critana 2,000 3,000 5,000 10,000 Thickspike WG-Bannock 500 500 Great Basin WR-Magnar (N) 12,000 700 23,700 36,400 Great Basin WR-Trailhead (N) 3,450 3,450 Russian WR-Bozoisky (I) 8,600 33,050 10,000 9,750 5,000 66,400 Russian Wildrye-Swift 25,400 14,600 20,000 60,000 Smooth Brome-Manchar 300 23,000 23,300 Orchardgrass-Paiute 200 200 Bottlebrush Squirreltail (N) 3,400 2,150 5,550 Indian Ricegrass-Nezpar (N) 10,000 7,000 4,700 21,700 Indian Ricegrass-Rimrock (N) 8,000 8,000 16,000 Sand Dropseed (N) 1,300 1,000 1,000 3,300 6,600 Alfalfa-Ladak (I) 750 2,150 5,000 2,000 17,950 27,850 Small Burnett-Delar 300 700 1,000 Flax-Appar 50 50 100 Fourwing Saltbush (N) 100 100 Forage Kochia-Immigrant 250 250 Totals 19,000 56,050 200,000 72,000 204,000 98,000 13,750 195,000 857,800 B. Storage: The storage building and trailers for seed storage are on site. C. Equipment: A forklift with operator shall be on site to assist in moving the seed. Pallets will be furnished. A portable toilet will also be available. 1.04 QUALITY ASSURANCE: A. Codes and Standards: The work shall comply with codes and standards applicable to each type of work and as listed in the individual sections of these specifications. B. Conflict: Where a conflict occurs between reference documents and project specifications, the project specifications shall govern. 1.05 PROJECT/SITE CONDITIONS: A. Environmental Considerations: 1. Clean-up: Project sites shall be cleaned up, and all refuse removed by the Contractor. The Contractor shall be responsible for disposal of refuse materials in a manner consistent with State, Federal, and local laws and for all expenses incurred with disposal. 1.06 SEQUENCING AND SCHEDULING A. Work Schedule: The Contractor shall mix seed during daylight hours Monday through Friday, excluding federal holidays. Mixing may be done on Saturdays with oral permission from the Contracting Officer. Seed shall be mixed starting October 29, 2007. All mixing shall be completed by November 26, 2007. As such, the Contractor needs to be capable of mixing 50,000 pounds per day. PART 2: PRODUCTS A. Requirements: The bags shall be weighed by the Contractor and are to range between 48 to 52 pounds per bag. Each bag shall be securely sewed shut. Contractors shall label each individual bag of seed with the name of the seed mix (i.e. Lowry Mix, Salt Creek Mix, Mix B, Mix C, Mix D, Mix F, Mix G, or Mix H). Bags may be labeled with tags, paint/permanent ink stencils, or with permanent markers. Contractors shall securely stack bags on pallets and wrap them with plastic wrap. The pallets shall be stacked no higher than eight (8) feet with 2000 pounds (40 bags) per pallet. The pallets to be used are standard 40" x 48" pallets. B. Mixing: Proposed seed mixtures shall be mixed in the mix proportions shown on the seed mix table. Seed mixes will be done by lot number of each species. Exact seed species and quantity of species mixed will depend on availability and arrival at the time the seed is mixed. PART 3: EXECUTION 3.01 PROJECT MEETINGS: A. Pre-Work Conference: 1. Notification: A pre-work conference will be held prior to the start of work. The Contractor will be notified in advance of meeting time, date and place. The purpose will be to review required work, project drawings, and specifications, construction schedules, payroll and payments, and administrative provisions of the Contract. 2. Attendance: The Contractor, subcontractors and the persons responsible for coordination of the work shall be present at the meeting. 3. Presentation: The Contractor shall be prepared to summarize and explain procedures planned for each project and present the work schedule requested in the specifications. B. Progress Meetings: 1. Location: Meetings shall be held at the project site, or as determined by the Contracting Officer. 2. Notification: Meetings shall be called by either the Contracting Officer or the Contractor. The request shall state who should attend. C. Final Inspection: 1. Location: Meetings shall be held at the project site, or as determined by the Contracting Officer. 2. Notification: The Contractor shall notify the Contracting Officer Representative in writing at least 3 working days before the completion date so the Government can schedule final inspection. 3. Deficiencies: The Contractor shall correct all deficiencies and projects will be re-inspected by the Contracting Officer. 3.02 PREPARATION A. Work Layout Requirements: The Contractor shall immediately upon entering the project sites layout equipment, identify seed species, and begin work. PART 4: MEASUREMENT AND PAYMENT A. Units: The work described in this section will not be measured for payment. 4.02 BASIS OF PAYMENT: A. Payment: No direct payment for the work described under this section will be made. The Contractor shall include consideration for this item in the bid price for other items of the Contract. This solicitation document and the incorporated provisions and clauses, which includes Amendments from FAC 2005-19 and 2005-20, effective on September 17, 2007 and September 6, 2007, respectively. The following FAR Clauses are incorporated by reference, with the same force and effect as if they were given in full text. The full text of clauses may be accessed electronically at http://www.arnet.gov/far. COMMERCIAL CLAUSES: 52.212-1, Instructions to Offerors; 52.212-2, Evaluation of Offers. (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 the offers: 1. Technical Capability: Contractor to be regularly established in the service called for in this solicitation. 2. Past Performance: The Government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis. 3. Price. Technical capability and past performance, when combined, are of significantly more important when compared to price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3, Offeror Representations and Certifications - Commercials Items (Offeror to provide complete copy with offer); 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items; 52.219-06, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, buy American Act, Supplies; 52.232-29, Terms for Financing of Purchases of Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-36, Payment by Third Party, 9.1452.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Department of the Interior (Deviation); 52.204-06, Data Universal Numbering System (DUNS) Number; 52.228-5, Insurance - Work on a Government Installation; 52.233-3, Protest After Award; 9.1452.233-2, Service of Protest - Department of the Interior (JUL 1996) (Deviation); 9.1510.283, Contracting Officer's Representative. The North American Industry Classification System Number for this procurement is 115310, small business size $6.5m. This procurement is 100% set-aside for small business. See Numbered Note 1. Additionally, offerors are required to obtain a Dun and Bradstreet (DUNS) Number (www.dnb.com) and register at www.ccr.gov (Central Contractor Registration) to be eligible for award of a Federal contract. This service is provided for convenience only and does not serve as a guaranteed notification. Subscribers to this service are ultimately responsible for reviewing this site for all information relevant to this solicitation. Prospective offerors will be required to visit this website periodically to check for amendments and other changes to contract documents. No other notification will be sent.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1365413)
 
Record
SN01431802-W 20071012/071010230006 (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.