Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOLICITATION NOTICE

F -- Spraying of high value pine trees to prevent infestation of mountain pine beetle

Notice Date
1/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - ROMO - Rocky Mountain National Park 1000 Hwy 36 Estes Park CO 80517
 
ZIP Code
80517
 
Solicitation Number
P12PS20152
 
Response Due
2/24/2012
 
Archive Date
1/26/2013
 
Point of Contact
Kris O'Neil Contract Specialist 9705861236 Kris_O'Neil@nps.gov;
 
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
Total Small Business
 
Description
Notice Type: Combined Synopsis/Solicitation P12PS20152Spraying of high value trees in Rocky Mountain National Park to prevent infestation of bark beetles (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2) This solicitation is issued as a Request for Proposals (RFP). Submit written proposals referencing document number P12PS20152 in accordance with the instructions in this announcement (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. (4) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 115310. The small business size standard is annual sales of $7 million. (5) This combined solicitation synopsis is for purchase of the following commercial item: Carbaryl spraying of pine trees in Rocky Mountain National Park to prevent the spread of pine beetles. (6) Statement of Work: This contract is for the application of a Carbaryl based insecticide to protect selected high value trees from bark beetle attack. The work is divided geographically between the east and west sides of Rocky Mountain National Park. Contract spraying may begin on April 2, 2012 and must be completed no later than May 23, 2012. Trail Ridge Road access from one side of the park to the other may not be available, due to snow levels, prior to the May 23rd contract completion date. If administrative travel is permitted for National Park Service (NPS) employees, the Contracting Officer's Representative (COR) may escort the contractor through the Park if administrative vehicular travel requirements are met by the contractor. Logistical challenges may vary by site and multiple sites may require extensive covering of sensitive surfaces that include but are not limited to: vehicles, water faucets, picnic tables, fire grates, RV's, clothes lines, BBQ grills and hand railings. All materials and equipment (tarps, flagging, chemical, etc) are to be provided by the contractor. Contractors must be state-licensed commercial applicators. It is the contractor's responsibility to obtain current knowledge and maintain compliance with all local, state and federal regulations. Site closures and pre-treatment notifications will be conducted and managed by park personnel. A designated COR will orient the contractor to each site and provide final approval to treat upon confirmation that the sites are closed, properly prepared and favorable spray conditions exist. Work delays (up to several days) may occur for some treatment locations due time required to coordinate site closures and associated notifications. Additional delays should be expected due to frequent unfavorable weather conditions. In 2011, approximately half of the eligible days for spraying did not meet the environmental conditions acceptable for spraying. Weather conditions are often much different in spray areas compared to other areas along the Front Range of Colorado. Some sites (denoted with an "") may have a very limited number of days in which they will be available to be treated. Please reference last year's calendars for perspective, available at the following website: http://www.nps.gov/romo/parkmgmt/business_Opportunities.htm. Road construction along Bear Lake Road may result in at least two, 30 minute delays in one direction. Sites that may be affected are denoted with a "" in the table, posted at the same website referenced above. These delays will be present throughout the contract period. Please reference the Park's website for additional information on Bear Lake Road construction: (http://www.nps.gov/romo/planyourvisit/bearlakeroad_reconstruction.htm). Submittals required one week after award, prior to work beginning: 1) Copies of current Colorado state commercial pesticide applicator license for each applicator scheduled to work on the project. Government issued identification may be requested to confirm the identity of the applicator and their respective spray certifications. 2) Copies of the label and MSDS for the proposed insecticide to be used must also be submitted prior to beginning work and the contractor must maintain a copy in possession on site at all times during project operations. 3) Evidence of liability insurance for prime contractor 4) Proposed schedule of spraying must be submitted to and approved by COR 5) Identify any sub-contractors, if applicable Submittals required at completion of work, prior to final payment: 1) Within 30 days of the contract completion, the contractor must supply the COR with a project summary, including a list of locations sprayed, the number of trees sprayed, total pesticide applied, total active ingredient applied for each location and pH test results from each tank fill. Treatment Requirements and Limitations1.Period of Performance: treatment may begin no earlier than April 2nd, 2012 and be completed by May 23th, 2012.2.Coordination, at times on a daily basis, must be made with the COR to confirm spray locations to confirm administrative and environmental conditions have been met.3.Treatment may be conducted Monday through Friday when daylight allows visibility of the entire target tree, or as refined by the COR.4.Due to closure requirements, some sites (listed with ) will have restricted days and hours for treatment. This will likely include one evening (after 6PM, before dark) or a mid-day (10AM to 1PM) during a weekday for each site. 5.All trees to be treated will be marked with a light blue tree paint dot near the base of the tree on the side of the tree facing the nearest road. Only trees marked with light blue dots may be treated.6.All portions of marked trees greater than 3 inches in diameter at least 50 feet must be treated. This includes the trunk, large branches and exposed roots until they taper down to less then 3 inches in diameter. It is required that all sides and areas of the tree above be thoroughly covered with insecticide. 7.After a tree has been successfully treated (or moments before) the contractor may mark the tree in a manner approved by the COR.8.A carbaryl-based insecticide (approved by the COR) must be used according to the manufacturer's label requirements for repelling mountain pine beetles.9.Treatment must be conducted after snow melt when the entire tree trunk and surface roots are visible.10.A 200 foot buffer zone around target trees, clear of the public, park employees (without personal protective equipment), and vehicles (except the contractor's), is required before and during treatment. Buildings within 200 feet must be unoccupied before and during treatment.11.A 100 foot treatment free buffer zone from streams, rivers, ponds, lakes, riparian areas or other open water is required. The NPS will not mark trees for treatment within this buffer zone.12.Weather requirements for treatment: wind speeds at the treatment site are 5 mph (5 minute average) or less, no rain expected within 2 hours. The contractor is responsible for monitoring the wind speeds and forecast and to stop operations as appropriate. If rain falls on treated trees within 2 hours of treatment, the contractor will notify the COR who will determine whether affected trees will need to be re-treated. If the COR determines that a reapplication is necessary it will be at no additional cost to the government. In 2011, approximately half of the eligible days for spraying did not meet the environmental conditions acceptable for spraying. 13.Before and during treatment, the following items within 200 feet of targeted trees must be completely covered by the contractor with plastic or other material impenetrable by the insecticide: picnic tables, tent pads, fire grates, trash cans, faucet taps, vehicles and other commonly touched items.a.Coverings must remain on the above items until dry.b.Coverings must be securely fastened so as not to blow away.c.Coverings should be clean and chemical-free on the side that contacts the item to be covered.d.The contractor must remove all coverings within 24 hours of treatment.e.The contractor is responsible for the proper disposal of the covering material.14.It is the responsibility of the contractor to wash all overspray as identified by the COR to be unacceptable. This generally includes sensitive surfaces designed for human use but may also include excess amounts of overspray on siding of buildings. 15.Proper disposal of all chemical containers is the responsibility of the contractor and must be done in accordance with manufacturer, Local, State and Federal requirements.16.All chemical containers must be clearly labeled with legible manufacturer's labels. MSDS sheets must be readily available for all chemical products the contractor possesses. 17.It is the contractor's responsibility to adhere to the product label guidelines and to ensure that their employees are wearing the required personal protective equipment.18.It is the contractor's responsibility to obtain current knowledge and maintain compliance with all local, state and federal regulations. 19.The contractor will have, on site, the supplies and equipment necessary to conduct proper containment and clean up of any spills or leaks. 20.The COR may stop treatment operations if there are concerns with: spray drift beyond 200 ft or onto buildings and riparian areas, site contamination, public exposure to insecticide and / or any safety concern.21.Accurate pH tests will be conducted by the contractor. These results will be verified with RMNP's water lab.22.The contractor must ensure water used meets the pH levels specified by the product manufacturer during each tank fill. If water pH levels are outside of the acceptable range, it is the contractor's responsibility to supply and use a proper buffer or to find another water source with pH levels within the acceptable range. Records from contractor pH testing must be available for review at the request of the COR.23.Upon completion of spraying in an application area, a government representative and contractor representative will conduct a walk-through of the unit to ensure overall compliance has been met. ( 7) Maps with the locations of spraying services and the calendars of work performed from 2011 are accessible at the following URL: http://www.nps.gov/romo/parkmgmt/business_opportunities.htm (8) Work may begin April 2nd and all spraying shall be completed by close of business May 23, 2012. NOTE: All FAR clauses and provisions listed below may be found online at the following website: www.acquisition.gov/far (9) FAR 52.212.-1, Instructions to Offerors - Commercial Items (June 2008) applies to this acquisition. Offerors shall submit a written price quote in one envelope, and their technical proposal, prior experience and past performance references in a separate envelope. A. Offerors must submit a technical proposal in order to be considered for award. The technical proposal shall address how the work will be accomplished, considering the specifications included herein, including, but not limited to, the following items: "what type of equipment will be used,"the number and experience of personnel assigned to this work"the plan, equipment, and personnel to protect sensitive items,"previous experience applying pesticides to prevent mountain pine beetle infestation, including site complexities and numbers of trees sprayed, work performed in the vicinity of roads, structures, utility lines, vehicles, homes, picnic tables, trails and similar visitor use areas. This experience should demonstrate the offeror's technical ability to accomplish the work. B. Proposals must include at least 3 contacts for past performance. These contacts shall include name, organization, phone number and e-mail, if possible, for the 3 most relevant projects completed by the contractor in similar size and complexity. Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS will evaluate offerors' past performance based on the references provided by the contractor, the Government's knowledge of offerors' past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. The Government shall attempt to contact the same number of references for each Offeror. C.. The government intends to award a firm fixed price contract based upon a price per tree. Offerors must submit a price proposal in an envelope separate from the technical proposal and past performance information with a price/tree sprayed, all costs inclusive. This is an indefinite delivery indefinite quantity (IDIQ) acquisition. The price per tree is a firm fixed price for all quantities of trees sprayed. The government only guarantees the minimum number of trees will be sprayed as listed below: East Unit : Minimum # trees to be sprayed: 4,500; Maximum # trees: 5,700West Unit : Minimum # trees to be sprayed: 500; Maximum # trees - 1,000Total minimum of 5,000; maximum of 6,700. Price Quote: CLIN 001: East unit Price/tree_____________ x 4,500 = Total Line Item Price_______________CLIN 002: West unit Price/tree _____________ x 500 = Total Line Item Price _________________Total price quote (CLINS 001 and 002 combined) __________________________ Contractors must submit a price quote on the minimum number of trees to be sprayed and include all line items; failure to do so may render the offer unacceptable. In case of error in extension of prices, unit price governs. In case of error in summation, the total of the corrected amounts governs. Final price paid will be for actual amount of trees sprayed. SITE VISIT: A mandatory site visit is scheduled for February 14 at 10:00 am. Contractors shall meet at the Beaver Meadows Visitor Center on Hwy 36. Contractors are advised to come prepared with all information related to the contract, as no hard copies will be provided. A map to this visitor center is available at: www.nps.gov/romo. No proposals will be considered from a contractor who does not attend this site visit. The government will determine if weather conditions prevent the site visit from occurring. In this circumstance, an amendment to this announcement will be posted to fedbizopps.gov. It is the responsibility of the contractor to check the website for amendments. (10) FAR 52.212-2, Evaluation - Commercial items (Jan 1999) applies to this acquisition. Paragraph (a) is hereby completed as follows: Non-price factors include Past performance and Technical Approach. Evaluation procedures under Simplified Acquisition (FAR Part 13) will be followed. This acquisition will be awarded based upon the best value to the government, considering price and non-price factors. Each of the non-price factors is approximately equal in importance. When combined, non-price factors are approximately equal to price. The government may elect to accept other than the lowest priced proposal when the perceived benefits of a higher priced proposal merit the additional cost. (11) Provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2011) applies to this acquisition. (12) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial items (June 2010) applies to this acquisition. (13) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jan 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.204-10, 52.209-6, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.222-41, 52.222-42. The service contract wage rates for Larimer, Boulder, and Grand County apply to this solicitation and may be found at the following website: http://www.wdol.gov. The current Wage Determination No. for Boulder and Grand County is 2005-2081, Revision No. 11, dated June 13, 2011; the current Wage Determination No. for Larimer County is 2005-3009, Revision No. 13, dated June 13, 2011. Additional clauses incorporated into this solicitation include: 1452.228-70 Liability Insurance - Department of Interior (July 1996): (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in a form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of insurance shall be not less than as follows: $200,000 each person$500,000 each occurrence$200,000 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning work. FAR 52.216-18, Ordering (Oct 1995): Paragraph (a) is completed as follows, "Such orders may be issued from the Date of Award through May 23, 2012.FAR 52.216-22 Indefinite Quantity (Oct 1995): Paragraph (d) is completed as follows, "Contractor shall not be required to perform any services under this contract after May 23, 2012." DIAPR 2010-18 (May 2010), Authorities and Delegations Notice to Contractors (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract;(2) Waive or agree to modification of the delivery schedule;(3) Make any final decision on any contract matter subject to the Disputes Clause;(4) Terminate, for any reason, the Contractor's right to proceed;(5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provision of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (14) Proposals are required to be received in the contracting office no later than 4:00 pm MST on February 24, 2012. All proposals must be mailed to hand delivered to Kris O'Neil, Contract Specialist, Rocky Mountain National Park, 1000 Hwy 36, Estes Park, CO 80517. No faxed proposals, e-mails, or electronic responses will be considered in response to this announcement. (15) Any questions regarding this solicitation shall be directed to Kris O'Neil, Contract Specialist, (970) 586-1236; Kris_O'Neil@nps.gov Contracting Office Address: Rocky Mountain National Park 1000 Hwy 36Estes Park, CO 80517 Place of Performance: Various locations on the East and West Units of Rocky Mountain National Park.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS20152/listing.html)
 
Place of Performance
Address: Estes Park and Grand Lake, Colorado
Zip Code: 80517
 
Record
SN02662465-W 20120129/120127234130-25fe55580be164f20c37b20feeb210f2 (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.