MODIFICATION
F -- Herbicide Application via Helicopter at the Great Dismal Swamp NWR
- Notice Date
- 4/3/2012
- Notice Type
- Modification/Amendment
- NAICS
- 115112
— Soil Preparation, Planting, and Cultivating
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE300 WESTGATE CENTER DRIVESUITE 310HadleyMA01035-9589
- ZIP Code
- 01035-9589
- Solicitation Number
- F12PS00228
- Response Due
- 5/4/2012
- Archive Date
- 6/3/2012
- Point of Contact
- Christopher Murphy
- Small Business Set-Aside
- Total Small Business
- Description
- Title: Herbicide Application via Helicopter at the Great Dismal Swamp National Wildlife Refuge (NWR), Suffolk (Suffolk Co.), Virginia The U.S. Fish and Wildlife Service (U.S.F.W.S.) has a requirement for aerial application via helicopter of herbicides to control and eradicate target species Phragmites australis in the footprint of the Lateral West Wildfire, which burned 6,377 acres at the Great Dismal Swamp NWR in August, 2011. This contract will provide control of Phragmites in an area covering approximately 1,395 acres. The work under this contract consists of furnishing all necessary equipment, labor and materials necessary to accomplish the specified vegetative control and eradication. Contractor shall furnish necessary herbicide and surfactant. The herbicide applications will consist of two separate spray missions: 1) to apply a combination of glyphosate and imazapyr products to all phragmites australis populations identified for treatment; and 2) a late season survey and clean up spray to apply imazapyr product to surviving clones of Phragmites. The contractor performing the spraying work must have on-board GPS (AgNav system). The contractor will be provided with spatial data (shapefiles) indicating the areas to be sprayed. Insurance: The contractor will carry liability insurance that will cover the application of pesticides as defined in the specifications. This coverage will include as a minimum, drift, run-off, and pollution (sudden and accidental) for all contract operations. The amount of coverage this insurance will provide will not be less than $1,000,000. per incident. The estimated magnitude of this project is between $25,000. and $100,000. This acquisition shall be competed as a 100% Small Business Set-Aside. The NAICS code for this acquisition is 115112. The small business size standard is $7 million. The Request for Proposals (RFP) will be issued on or about April 3, 2012. The solicitation will only be available electronically at www.fbo.gov. Proposals will be due on May 4, 2012 by 4:00 pm (EST). A Firm Fixed Price Contract is anticipated. Interested contractors must be registered at the Central Contractor Registration (CCR) website at www.ccr.gov, and complete Online Representations and Certifications (ORCA) at www.bpn.gov, to be eligible for award. Also, any payment requests under the awarded contract for this project must be submitted electronically through the U.S. Department of the Treasurys Internet Payment Platform System (IPP).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00228/listing.html)
- Record
- SN02713389-W 20120405/120404000439-b5c3c164827f6c3e96a116d027e1a878 (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 |