SOLICITATION NOTICE
F -- Grand Teton National Park Noxious Weed Treatment IDIQ
- Notice Date
- 3/10/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, IMR - GRTE - Grand Teton National Park P.O. DRAWER 170 MOOSE WY 83012
- ZIP Code
- 83012
- Solicitation Number
- Q1460090022
- Response Due
- 4/24/2009
- Archive Date
- 3/10/2010
- Point of Contact
- Martin D. Hauch Contract Specialist 3077393448 martin_hauch@nps.gov;<br />
- Small Business Set-Aside
- Total Small Business
- Description
- The solicitation will be available at http://ideasec.nbc.gov on or about March 13, 2009. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. Description: 100% Set-aside for Small Business. Project Title, Noxious Weed Treatment for Grand Teton National Park, Moose, Wyoming. Solicitation Number Q1460090022. The National Park Service requires a firm, fixed-price service contract to furnish all labor, materials, equipment, licensing and expertise necessary to perform all operations required for the successful completion of the above named project. Work includes, but is not limited to being able to provide treating noxious weeds, providing treatment data and conducting weed infestation inventory. A significant portion of weed treatment will occur along road corridors within Grand Teton National Park (GTNP) located in Western Wyoming. All Wyoming state listed weeds a long with Berteroa incana, Hoary alyssum, Cardaria draba, Whitetop, Carex feta, Greensheath sedge, Carduus nutans, Musk thistle, Centaurea maculosa, Spotted knapweed, Centaurea repens, Russian knapweed, Chondrilla juncea, Rush skeletonweed, Chrysanthemum leucanthemum, Oxeye daisy, Cirsium arvense, Canada thistle, Cirsium vulgare, Bull thistle, Convolvulus arvensis, Field Bindweed, Cynoglossum officinale, Houndstongue, Elaeagnus augustifolia, Russian olive, Euphorbia esula, Leafy spurge, Hieracium aurantiacum, Orange hawkweed, Hieracium fendleri, Yellow hawkweed, Hyoscyamus niger, Black Henbane, Hypericum perforatum, St. Johnswort, Isatis tinctoria, Dyers woad, Lepidium latifolium, Perennial pepperweed, Linaria genistifolia, Dalmation toadflax, Linaria vulgaris, Yellow toadflax, Potentilla recta, Sulfur cinquefoil, Tamarix ramosissima, Salt Cedar, Tanacetum vulgare, Common tansy, Verbascum thapsus, Common mullein, are to be treated chemically and/or mechanically on approximately 275 miles of road shoulder. Area to be inspected and treated if needed extends 30 feet from the edge of bare roadway. Treatment in old hayfield areas and areas of limited accessibility may also occur. Equipment being used for the requirements under this contract shall be cleaned prior to entering the park and cleaning may be required between sites. Supply of water may or may not be available in the local area of work, if not; the contractor will be required to furnish water. Services provided are to be performed during the base year of June 1, 2009, through May 31, 2010, and with the possibility of four option years ending no later than June 1, 2014. Work shall commence when target plants are actively growing and weather conditions make them most susceptible to herbicide effects as per the manufacturers' recommendations. Individual task orders will identify specific start work and completion dates. However work will generally begin on or around June 1st of each year. The NAICS code for this project is 115310 and the small business size standard is $7 million. This procurement is a Request for Quote (RFQ) and is subject to the provisions of Federal Acquisition Regulations (FAR) Part 12 (Commercial Items) and 13 (Simplified Acquisition Procedures). In addition, this procurement is offered as 100% Set-aside for Small Business. It is anticipated that the solicitation will be posted on or around 3/13/2009. Responses will be due approximately 30 days following issuance of the solicitation. Search by referencing the solicitation number (above), Department of the Interior, National Park Service. Individual requests for solicitation packages will NOT be accepted. The point of contact for this solicitation is Martin D. Hauch, Contract Specialist, National Park Service, PO Drawer 170, Moose, Wyoming, email is martin_hauch@nps.gov, and the voice telephone is 307-739-3448. All responsible small business sources may submit a quote, which if submitted in a timely manner, will be considered. In order to download a copy of the solicitation, vendors will be asked to register their company with the electronic commerce website. Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). All vendors should pre-register to save time, by logging onto the Central Contractor Registry (CCR) at the Internet site at http://www.ccr.gov. Available files to download will be in one, or a combination, of the following formats: HTML, Microsoft Word - 97, Microsoft Excel - 97, Portable Document Format (PDF), or AutoCAD DWG or DWF. Free downloads of "reader" software are available for the latest version of Adobe Acrobat Reader at http://www.adobe.com, or for the AutoCAD reader called "Volo View Express" at http://www.autodesk.com. Responses from Offerors will be accepted at the address listed in the solicitation in hard copy with the manual signature of the authorized company official. Facsimile offers shall NOT be accepted. The Government reserves the right to cancel this solicitation. The announcement does not constitute the solicitation. End of this Announcement.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f2897bc992132192a5227bef96a4550&tab=core&_cview=1)
- Record
- SN01765621-W 20090312/090310215254-2f2897bc992132192a5227bef96a4550 (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 |