SOLICITATION NOTICE
F -- Bear Den Drill Seeding
- Notice Date
- 5/23/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, Bureau of Land Management, National Centers Region, BLM-BC NATIONAL BUSINESS CENTER* BC662 BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
- ZIP Code
- 80225
- Solicitation Number
- NBR080043
- Response Due
- 7/15/2008
- Point of Contact
- Chad M. Hepp Contract Specialist 3032360901 Chad_Hepp@blm.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- GENERAL DESCRIPTION OF SERVICES:The Bureau of Land Management (BLM) requires seeding of approximately 13,977 acres in Minidoka County, Idaho. Approximately 13,127 acres will be seeded using a drilling technique. Approximately 850 acres will be seeded using a harrow and broadcast seeder. The Government will flag or otherwise define areas to be seeded. The estimated start date for the project is August 19, 2008. All seed will be delivered to the project site by the Government. The seed will be pre-mixed. Seed mix consists of grasses and forbs. The seed will be stored in a Government furnished seed trailer. The trailer will be delivered to a location agreed upon by the Government and Contractor. The Contractor shall be required to notify the COR or PI at least two (2) working days prior to delivery of a seed trailer to the work site. A site visit is currently scheduled for July 01, 2008. Additional detail will be provided in the solicitation. DRILL SEEDING SPECIFICS:Approximate Acreage: 13,127There will be two different seed mixes drilled on different areas within this contract. Please take this into consideration on the bid price.Government Furnished Equipment: Nine rangeland drills. To be used as three three-drill set-ups. Contractor shall have 3 tractors to pull the drill set-ups. Rangeland drills will be delivered and set up at the work site by the Government. Due to the terrain, experienced drill seeding tractor operators are needed. Contractor shall be required to drill close to the big rock outcrops and through the small rock outcrops. Contractor is asked to avoid very rocky areas so as not to do damage to their equipment or the Government furnished drills. The Project Inspector will help determine acres drillable.Rate of Application Site One: 9.4 lbs/acre Average Depth of Seed ? to ? inchRate of Application Site Two: 9.1 lbs/acre Average Depth of Seed ? to ? inch HARROW & BROADCAST SEEDING SPECIFICSApproximate Acreage: 850There will be one seed mix seeded within this portion of the contract and Contractor will have to load seed spreader as needed. Please take this into consideration on the bid price.Government Furnished Equipment: One Dixie Harrow and one Herd Broadcast Spreader which is PTO Driven for a 3 point hitch. Contractor shall have 1 tractor/dozer, with PTO Shaft and 3 Point Hitch capability, to pull the Dixie Harrow and spread seed. Dixie Harrow and Seed Spreader will be delivered to the work site by the Government.Rate of Application: 14.0 lbs/acre Harrowing Operations Specifics:1. Type vegetation to be harrowed: Sagebrush (partially burned).2. Type of Harrowing: Single3. Harrow Configuration: Straight Pull Bar4. Width of swath to be covered by each pass of the harrow: 16 feet The Tractor/Dozer shall operate as a single unit with one pulling a Dixie Harrow. The Dixie Harrow shall not be pulled at a speed in excess of 4 mph. The terrain is within an area of lava rock blisters. The Contractor will not be required to go over the lava rock areas to reduce possibility of damage to the Contractor's and Government's equipment. Due to the terrain, experienced tractor operators are needed. The BLM anticipates awarding a single Firm Fixed Price services contract. The estimated period of performance will begin August 19, 2008 and is anticipated to take 75 days to complete. This is a 100% set-aside for small business. The standard NAICS classification is 115112. Size standard is $6.5 million. The Government intends to award this contract on an all-or-none basis. The solicitation will be issued on or about June 13, 2008. Once issued, the solicitation may be downloaded from the IDEASEC website: http://ideasec.nbc.gov/j2ee/login.jsp. Please print the Standard form (SF-1449) and print all clauses and attachments. Assuming a solicitation release date of June 13, 2008, proposals will be due July 15, 2008 by 1:00 PM Mountain Time. Send proposals by U.S. Mail to: Department of the Interior; BLM, OC662; Attention: Chad Hepp; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, OC662; Attention: Chad Hepp; Mail Room, Entrance S-2; BLDG 50, Denver Federal Center; Denver, CO 80225. An award will be made based on technical capabilities, prior experience, past performance, and price. Proposals shall include the following items: 1) Technical Proposal, 2) Past Performance Questionnaires, 3) Pricing Schedule including unit price 4) Completed 52.212-3 Representations and Certifications - Commercial Items (Nov 2007) (accessible at http://www.arnet.gov/far/) or statement of registration in ORCA (accessible at https://orca.bpn.gov/login.aspx), 5) Include TIN and DUNS Number, and 6) Offer must be signed. Offerors must be registered at http://www.ccr.gov to be considered for award.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d6e54303bcdd08e97d17f6734f33d0d6&tab=core&_cview=1)
- Place of Performance
- Address: Minidoka County, IdahoPostal Code is estimated
- Zip Code: 833430000
- Zip Code: 833430000
- Record
- SN01579840-W 20080525/080523214726-d6e54303bcdd08e97d17f6734f33d0d6 (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 |