SOLICITATION NOTICE
R -- R - CERTIFIED AERIAL WEED APPLICATION FOR WESTERN NAVAJO AGENCY
- Notice Date
- 7/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
- ZIP Code
- 87305
- Solicitation Number
- A11PS00862
- Response Due
- 7/27/2011
- Archive Date
- 7/19/2012
- Point of Contact
- Mary Jim Contract Specialist 5058638257 ;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A11PS00862 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This procurement is being conducted under the Simplified Acquisition procedures pursuant to the authority of FAR Part 12, Acquisition of Commercial Item. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. STATEMENT OF WORKTonalea, Cowspring and Chilchinbeto's Strong Rock Tamarisk & Russian olive Control PROJECTLand Management District 8 of Chilchinbeto Community and Navajo Partitioned Lands Precinct 3Tonalea, ArizonaCowspring, ArizonaChilchinbeto, Arizona I.BackgroundThe Bureau of Indian Affairs Western Navajo Agency Branch of Natural Resources' Noxious Weed Control and Inventory Program has the trust responsibility to control and inventory the noxious weeds located within the 5.4 million acres of the WNA jurisdiction. Tamarisk is known to drain about 200 gallons of water per plant per day which inhibits competition from desirable plants and also lowers the water table. Controlling Tamarisk is possible with careful monitoring including re-treatment when re-spouts occur to stress out the invasive plant and introduce desirable plants such as Cottonwood or Willows to bring in competition. From observation, the local land users would like to use goats but the plants are not monitoring properly. This is a time for the noxious weeds to become aggressive and establish itself to the fullest extent by out-competing the native vegetation. BIA WNA Branch of Natural Resources is the lead agency on this project. After past experience, the method of controlling Tamarisk changed from cut-stump to aerial application due to lack of volunteers to assist in the sawyers, swamping, not enough labor to complete the 1,616 acres, even the Agency's personnel were limited, and no funding. The project will be contracted out to a company with highly reputable regards, honors the Safety regulation and procedures according to the specimen labels and MSDS, and is a Certified Aerial Pesticide Applicator. The project location of Tamarisk including a map with GPS coordinate readings would be given to the Contractor when selected. II. Project LocationThe project is located in the community of Tonalea and Cowpsring along the Beshgashitbeto Wash where Tamarisk and Russian olives are infested. 1. The first location is located in Sections 21, 26, 27, 28, 33, 34, 35, T34NR13E Gila & Salt River Meridian, Tonalea, Arizona. 2. The second location is in Sections 2, 3, 9, 10, 15, 16, 20, 21, 29, 30, 31, 32, T35NR14E Gila & Salt River Meridian, Cowsprings, Arizona.3. The third location is in Sections 26, 35 T37NR21E and Sections 2, 10, 11, 14, 15 of T36NR21E, Chichinbeto, Arizona. III. PurposeThe purpose of the project is to control and eradicate Tamarisk infestation in the Beshgashibeto Wash and Chilchinbeto Wash of Tonalea, Cowsprings and Chilchinbeto before spreading the noxious weed into other areas. The Grazing official participate in the Cooperative Weed Management Area, is cooperating with BIA WNA Branch of Natural Resources to compile with controlling invasive and unwanted species. The project would be monitored for future infestation by coordinators. IV. Cultural Resource ProtectionThere are some cultural resources in the vicinity but there will be minimum disturbances during the Tamarisk eradication which would lessen the potential of a significant impact. The Agency is compiling the consultation with Navajo Fish & Wildlife and Environmental Protection Agency. V. Scope of WorkProject Area DescriptionThe project area is utilized by array of local land users as the farmers, recreationist, and ranchers. The area is infested with Tamarisk, Russian olives, and also known as a water source for wildlife. The area is also located on a trust land where the BIA has the trust responsibility to protect and preserve the natural resources. Vegetation and SoilFor Tonalea, Cowpsring and Chilchinbeto area:Vegetation is mostly shadscale (shrub), greasewood, Tamarisk, alkali sacaton, Indian ricegrass, blue grama, Curler mormon tea, four-wing saltbrush, snakeweed, three awn, and bottlebrush squirrel tail.Soil information can be found at website: Soil Survey Staff, Natural Resources Conservation Service, and United States Department of Agriculture. Web Soil Survey. Available online at http://websoilsurvey.nrcs.usda.gov/ Objective and MethodologyThe objective is to control and eradicate Tamarisk and other noxious weeds species from invading other uninfested area by chemical and mechanical control via aerial application and cut-stump method during retreatment phases. The restoration of desirable plants would take awhile to recover. Native desirable plants would be introduced into the area such as cottonwood to compete with Tamarisk. The water source is a place of further seedling of Tamarisk therefore monitoring and retreatment would be part of the plan to contain further infestation and spreading of noxious weeds. The Contractor Shall Perform The Following:1. The Contractor shall set up a pre-work meeting with the Agency before starting the work. At the meeting, a spraying schedule will be set up with locations and number of crew. 2. The Contractor shall obtain the entire necessary State Pesticide Applicator's license from appropriate State programs and provide a copy of the license to the Bureau before the spraying begins.3. The Contractor shall obtain the necessary pilot coordination documents with BIA Forestry Aviation team from Window Rock Airport and provide a copy of their appropriate license and flight schedule to the Bureau before the spraying begins. If there is any changes to the schedule then notify the Bureau right away. In case of accidents or unforeseen event, the contractor shall notify the Bureau right away and provide necessary documents to the Bureau.4. The Contractor shall obtain all the necessary permits to implement the spraying from Navajo Nation programs (i.e. water permits).5. The Contractor shall conduct the spraying by aerial application when weather conditions are ideal and appropriate. If there is any delay or under certain circumstances then contractor will notify the Bureau immediately. 6. The Contractor shall provide all data including GIS shapefiles with a report (including treatment logs) and map once the spraying is completed in electronic and hard copy.7. The Contractor shall set up a close-out work meeting with the Bureau to discuss spraying and provide suggestions.8. The Contractor shall provide and furnish all equipment, appropriate herbicides, hauling water, and including other appropriate and necessary items not mentioned here. The contractor must supply all equipment necessary to complete the job requirement.9. The Contractor shall apply aerial application on Tamarisk in the designated areas and treat 1,616 acres. B. Bureau of Indian Affairs, Branch of Natural Resources Shall:1. The Agency shall provide the topographic map with GPS coordinates to locate the project site and target species for the Contractor.2. The Agency shall have personnel on site to inform and coordinate with the public about the project especially the herbicide application. VI. Performance Times And Delivery DatesThe work shall be performed by the Contractor in or around August to October under ideal weather conditions. The condition of the environment would be no moisture such as rain or snow, no high wind speeds to prevent drifts, and fall season would be appropriate and not during the Monsoon season. The project will take into consideration of the amphibian breeding season to avoidance the breeding season when the monsoons are highest. PERIOD OF PERFORMANCE FROM AUGUST 2011 TO SEPTEMBER 2011 VII. Describe the Government's Monitoring Methods.The Agency will monitor the Contractor by assisting with traffic taking safety into consideration by wearing the appropriate Personal Protection Equipment. The Agency will inform the locals about the spraying beforehand so that the locals are aware of the spraying, place signs of precautions as warning, and talk to locals when issues arise. The Agency will document the spraying activities to ensure Quality Assurance. The Agency will be at the project area on a daily basis till the project is completed. Appendix 1: Map of the Tonalea Tamarisk & Russian olives Control Project. (Please email mary.jim2@bia.gov for a copy of the map)Appendix 2: Map of the Cowspring Tamarisk Control Project. (Please email mary.jim2@bia.gov for a copy of the map)Appendix 3: Map of the Chilchinbeto's Strong Rock Tamarisk Control Project. (Please email mary.jim2@bia.gov for a copy of the map) Aerial Application - Chilchinbeto, Cowspring, and Tonalea Noxious Weed Control ProjectContractor Qualifications:*Experience in aerial application of noxious weeds, able to identify Tamarisk and Russian olive. Experience in selecting the appropriate herbicides to spray the target weed species protecting the native woody species (i.e. cottonwood and willow) with a buffer zone. *Key Personnel: Certified Pesticide applicator license in Agriculture; Certified Pilot with experience in aerial application around cropland area; know when to start the spraying based on plants' life cycle; has experience with spraying using herbicides. Resume and letter of commitment required for everyone on the team. *Skill in use of GPS and GIS technology*Availability and commitment to provide services for duration of the project*Ability to prepare a professional post field work report of the inventory results FAR 52.212-02: Evaluation -Commerical Items:(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 offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management CapabilityFactor III - Past Performance In accordance with FAR 15.101-2, Lowest price technically acceptable source selection process. (a) The lowest price technically acceptable source sleection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. (b) When using the lowest price technically acceptable process, the following apply: (1) The evaluation factors and significant subfactors that establish the requirements of acceptability shall be set forth in the solicitation. Solicitations shall specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. If the contracting officer documents the file pursuant to 15.304(c)(3)(iii), past performance need not be an evaluation factor in lowest price technically acceptable source selections. If the contracting officer elects to consider past performance as an evaluation factor, it shall be evaluated in accordance with 15.305. However, the comparative assessment in 15.305(a)(2)(i) does not apply. If the contracting officer determines that a small business? past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). (2) Tradeoffs are not permitted. (3) Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. (4) Exchanges may occur (see 15.306). M.1 52.217-05, Evaluation of Options:Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award:Award will be made on the basis of the lowest evaluated price of proposals meeting the technically acceptability standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of proposals (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3. EvaluationThe Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability proposal with the lowest evaluated price. Each Factor will be rated either "Acceptable" or "Unacceptable." All factors must be "Acceptable" in order to be determined as technically acceptable. A proposal with any factors that are rated as "Unacceptable" will not be considered. M.4. Evaluation FactorsFactor I - Technical CapabilityFactor II - Management CapabilitiesFactor III - Past Performance Factor I - Technical Capability Proposal for a Certified Aerial Applicator, in accordance with the SOW. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the proposed technical approach. The technical proposal should reflect a clear understanding of the nature of the work to be performed. The proposal shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The proposal should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW.b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW.d) Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for a Certified Aerial Applicator, in accordance with the SOW. Each offeror shall submit a plan consisting of a narrative explanation of their proposed on-site approach to project management and coordination; and cost control measures on change orders and how they are proposed and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the proposed key personnel qualifications. The assessment will consider whether the proposal provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project.b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path. Factor III - Past Performance for a Certified Aerial Applicator, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items:52.233-03, Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-30, Installment Payments for Commercial Items; 52.232-33, Payment by Electronic Funds Transfer; 52.232-36, Payment by Third Party (referenced): 52.232-18, Availability of Funds; DOI Acquisition Reg (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program; DIAR 1452.204-70, Release of Claims. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, by close of business, 4:30 P.M., Local Time, July 27, 2011. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: mary.jim2@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, at (505) 863-8257, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS00862/listing.html)
- Place of Performance
- Address: CHINLE, AZ
- Zip Code: 86045
- Zip Code: 86045
- Record
- SN02504661-W 20110722/110721002618-f646a90cba16d6d95bfb9e8ea86217e0 (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 |