SOLICITATION NOTICE
F -- CS-49 Cameron-Creole Freshwater Introduction Vegetative Plantings - Solicitation Package
- Notice Date
- 1/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115112
— Soil Preparation, Planting, and Cultivating
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Louisiana State Office, 3737 Government Street, Alexandria, Louisiana, 71302
- ZIP Code
- 71302
- Solicitation Number
- AG-7217-S-12-0004
- Archive Date
- 3/7/2012
- Point of Contact
- Vicki L. Supler, Phone: 318-473-7645, Aaron Ramsey, Phone: 318 473-7753
- E-Mail Address
-
vicki.supler@la.usda.gov, aaron.ramsey@la.usda.gov
(vicki.supler@la.usda.gov, aaron.ramsey@la.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Package The Louisiana Natural Resources Conservation Service (NRCS) located in Alexandria, Louisiana, is hereby seeking Request for Proposals (RFP) for a fixed-price contract to grow, transport, and plant various species of coastal wetland plants for the CS-49 Cameron-Creole Freshwater Introduction Vegetative Plantings project in Cameron Parish, Louisiana as more fully provided in the plans and specifications attached and made a part hereof. This is a total small business set aside under NAICS Code 115112. The estimated magnitude is between $100,000 and $250,000. The Offeror is required to provide a detailed technical and cost proposal outlining their methodology, labor and equipment to complete the work identified in the attached plans and specifications. The technical and cost proposals shall provide for the following: 1. The source(s) of all plants to include the number and type of plants to be supplied (nursery name, mailing and physical address, phone number, name of nursery contact person) to be utilized by the contractor in performance of work under this contract. The contractor shall not change the selected source(s) of plants after award of the contract. If plants are to be harvested in a natural environment, indicate on a map of the harvest site(s), form of harvested material i.e. stems, plugs, bundles and density of harvest per acre as well as the salinities at those sites. 2. A legible copy of a current state nursery license and/or permit issued to the nursery (or nurseries) to be utilized by the contractor under this contract. 3. Certification that plant material of all required genus and species, and if specified, variety or cultivar, is on the premises of the specified nursery (or nurseries) responsible for growing operations in an amount sufficient to propagate the required number of contract plug or containerized (potted) transplants identified in the plans and specifications. 4. A detailed work plan with timeline which addresses the transportation, staging, planting locations, configurations, the method for locating correct plant position and the sequencing of planting operations including mobilization and demobilization. 5. Describe the credentials and qualifications of your proposed personnel to show experience and knowledge performing the requirements of the plans and specifications. 6. Explain the makeup of your crews and personnel for completion of the work identified in the plans and specifications to include information on the planting crew size and production rate for planting. 7. List of proposed equipment to be utilized during the planting operations and methods of digging holes and placement of plants. 8. List and explain the proposed subcontractors and the responsibilities relative to the completion of the work identified in the plans and specifications. 9. The Offeror shall submit information on contracts considered most relevant in demonstrating the Offeror's ability to perform the proposed effort. The Offeror shall submit a list of contracts either currently being performed or contracts that have been completed within the last five (5) years. For each relevant contract, the Offeror shall provide the name, contract number, address and telephone number of the contact. In addition, each Offeror shall provide a brief summary of the type of work completed. 10. If subcontractors will be used for more than 50% of the work, then include a summary of their work experience and at least five of their most recent jobs performed for similar type work, with name, address, POC, telephone number of owner or prime contractor. 11. Schedule B - Supplies/Services/Prices EVALUATION CRITERIA: Offerors will be evaluated according to the following evaluation criteria in descending order of importance: 1. Price 2. Technical Capability 3. Past Performance Technical and past performance, when combined, are equal to price. The technical and cost proposal is due no later than Tuesday, February 21, 2012, at 10:00 a.m. Central Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/LASO/AG-7217-S-12-0004/listing.html)
- Place of Performance
- Address: Cameron Parish, Creole, Louisiana, United States
- Record
- SN02658373-W 20120122/120120234630-57e7ff4e59f75efaef58074d18e3f2f6 (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 |