Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2009 FBO #2735
SOLICITATION NOTICE

F -- NORTH MINIDOKA DRILL SEEDING 2009

Notice Date
5/21/2009
 
Notice Type
Presolicitation
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Department of the Interior, Bureau of Land Management, National Centers Region, L OC-NOC INFO TECH SEC(OC662)DENVER FEDERAL CENTERDENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L09PS00575
 
Response Due
7/7/2009
 
Archive Date
8/6/2009
 
Point of Contact
Martinez, Anthony 303-236-3514, amartinez@blm.gov<br />
 
E-Mail Address
Martinez, Anthony
(amartinez@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management (BLM) requires seeding of approximately 11,750 acres in both Minidoka and Blaine counties, Idaho. All 11,750 acres will be seeded using a drilling technique. There will be two different seed mixes drilled on different areas within this contract. Block 1 consists of 10,530 acres - Rate of Application 9.2 lbs./acre Average Depth of Seed 1/2 to 3/4 inch. Block 2 consists of 1,220 acres - Rate of Application 8.2 lbs/acre Average Depth of Seed 1/2 to 3/4 inch. The Government will flag or otherwise define areas to be in both Block 1 and Block 2. The estimated start date for the project is August 19, 2009. 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 Wednesday July 1, 2009 at 9:00 AM at Kimama BLM Guard Station, 16 miles north of Paul, ID, North of Railroad Tracks. Travel will be limited to desert roads that are not suitable for cars. The Technical Point of Contact for this project will be Mr. Bart Koonce, ESR Specialist, Twin Falls District, Telephone Number 208-732-7236 or 208-308-3967. Mr. Koonces office code is ID-202. DRILL SEEDING SPECIFICS:Approximate Acreage: 11,750There will be two different seed mixes drilled on different areas within this contract. Please take this into consideration on the offered price. Government Furnished Equipment: Nine rangeland drills. To be used as three-drill set-ups. Contractor shall have three (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. The BLM anticipates awarding a single Firm Fixed Price services contract. The estimated period of performance will begin on or around August 19, 2009 and is anticipated to take 60 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 4, 2009. Once issued, the solicitation may be downloaded from the www.fedconnect.net website. Please print the Standard Form (SF-1449) and print all clauses and attachments. Assuming a solicitation release date of June 4, 2009, proposals will be due July 7, 2009 by 1:00 PM Mountain Time. Send proposals by U.S. Mail to: Department of the Interior; BLM, OC662; Attention: Tony Martinez; BLDG. 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, OC662; Attention: Tony Martinez; 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) Completed52.212-3 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L09PS00575/listing.html)
 
Record
SN01825155-W 20090523/090521235753-588faa151794a736e9315bfd3bd1806a (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.