SOLICITATION NOTICE
F -- F - Aerial Spraying Dist. 18, Fort Defiance Agency
- Notice Date
- 5/24/2012
- 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
- A12PS01174
- Response Due
- 6/4/2012
- Archive Date
- 5/24/2013
- 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
- Total Small Business
- 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. A12PS01174 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 2005-59. Total Set Asides for small business. NAICS Code: 481219 Size standards in millions of dollars $14.0. Black Creek Wash (Units 10 & 11) Aerial Spraying EXECUTIVE SUMMARY The Black Creek Wash riparian area is dominated by salt cedar and Russian olive; exotic woody species introduced in the 1930's by the Federal Government for erosion control. Currently, the local land users are very concerned about the exotic species out-competing the native desirable vegetation, narrowing the channels, increase in soil erosion, and the difficulty they encounter with livestock disappearing in the salt cedar thickets. The woody plants are well established and it would cost more to control if left unchecked. New infestations are easier to control in comparison than established species therefore immediate action must be taken before it impacts human environment which includes but not limited to social, economic, physical and natural environment. The description of the action is to control Salt Cedar and Russian Olives by aerial spraying. Aerial application will treat approximately 576 acres of Salt Cedar and Russian Olives. Branch of Natural Resources will also apply Habitat by aerial application at a rate of 2 quarts of Habitat plus Surfactant at 15 gallon an acre which will be contracted out to certified aerial applicators. Application of the pesticide will occur during the fall/autumn season, outside the frog breeding season and Southwestern Willow Flycatcher (SWWF). This method will be a minimum disturbance to make a significant impact on the animals and plants. The objective is to stop the spread of Salt Cedar and Russian Olives, so that desirable plants can be introduced for competition and rehabilitation efforts. All vehicles will utilize the existing access roads to travel. Walking will be done where there are no existing access roads. The project site will be monitored in the future for invasion of all noxious weeds and documented. Project area Description Soil in the Black Creek Wash is very fine Sandy loam. The primary soil unit is deep, medium textured, medium reddish brown, moderately permeable, calcareous, slightly developed on strong severely eroded slopes with ridges which are remnants of shale and limestone hogbacks (Navajo Area, District 18, Fort Defiance Agency, Soil and Range Inventory, Technical Report). Vegetation: Blue grama, Galleta, sand dropseed, western wheatgrass, blue stem, mat muhly, big sage, winterfat, chamise, big rabbitbrush, snake weed, pingue, yellowbrush, yucca, cacti, pinyon, juniper, Indian ricegrass, Curler mormon tea, four-wing saltbrush, snakeweed and squirrel tail (Navajo Area, District 18, Fort Defiance Agency, Soil and Range Inventory, Technical Report). The Navajo Fish & Wildlife Department's Natural Heritage Program informed the Branch of Natural Resources on October 3, 2006, that an informal consultation was needed to find if there would be any species of concerned listed on the Navajo Endangered Species (NESL) that could be directly or indirectly impacted within the Black Creek wash. The Bureau of Indian Affairs (BIA) Branch of Natural Resources completed an evaluation for the potential presence of the Southwestern Willow Flycatcher SWWF) Biological Evaluation (BE) on June 2011. There was no indication of the presence of the SWWF. I.Purpose The purpose of the project is to control and eradicate Russian olive and Tamarisk infestation in the Black Creek Wash area to prevent the spread of these noxious weeds into other areas. II.Cultural Resource Protection There are no cultural resources in the vicinity but there will be minimum soil disturbance during the Russian olive and Tamarisk eradication thus decreasing the potential of a significant impact. III.Scope of Work Project Area Description The project area is utilized by array of local land users from farmers, ranchers to recreationists. The area is infested with Tamarisk and also known as a water source for livestock and wildlife. The area is also located on a trust land where the BIA has the trust responsibility to protect and preserve the natural resources. Objective and Methodology The objective is to control and eradicate Russian olive and Tamarisk species from invading other uninfected area by chemical control via aerial application. The restoration of desirable plants would take awhile to occur. Native desirable plants would be introduced into the area such as cottonwood to compete with Tamarisk. The water source is a place of further Tamarisk seedlings therefore monitoring and retreatment would be part of the plan to contain further infestation and spreading of noxious weeds. A.The Contractor Shall Perform The Following: 1.The Contractor shall apply aerial application on Tamarisk and Russian olive in the designated areas and treat 576 acres. The project is within the Black Creek Wash (Units 10 & 11). 2.The Contractor shall fly over the target species to spray the plant with appropriate rates and solution when weather, especially winds, permits. The Contractor will cease the spraying when the wind speed is higher than the recommended speed, moisture is present by snow or rain, and follow other recommended procedures according to the specimen label and MSDS. 3.The Contractor shall apply the herbicide according to the specimen label and MSDS and adhere to the instructions. 4.The Contractor shall conduct the work as recommended in the fall/autumn season, around September or October after the monsoon season due to the frog's breeding season. 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. IV.Performance Times And Delivery Dates The work shall be performed by the Contractor in or around September 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 the amphibian breeding season. V.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 precaution signs; 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 until the project is completed. SECITON H. H.1 The Contractor, in connection with any proposal he makes for a contract modification, shall furnish a price breakdown, itemized as required by the Contracting Officer (CO). Unless otherwise directed, the breakdown shall be in sufficient detail to permit an analysis of all material, labor, equipment, subcontract, and overhead costs, as well as profit, and shall cover all work involved in the modification, whether such work was deleted, added, or changed. Any amount claimed for subcontractors shall be supported by a similar price breakdown. In addition, if the proposal includes a time extension, a justification thereof shall also be furnished. The proposal, together with the price breakdown and time extension justification, shall be furnished by the date specified by the Contracting Officer. H.2Changes The contractor shall not perform any of contingent sum work, until the Contracting Officer issues a contract modification authorizing performance of work in accordance with FAR Clause 52.243-01 ALT III, Changes Alt III. The Contractor shall promptly notify the Contracting Officer, in writing, of subsurface or any physical conditions from those indicated in this contract or unknown physical conditions at the site before proceeding with the work. The change orders request shall be forwarded to the Contracting Officer by memorandum outlining the need and a justification for the change order. Upon receipt of a change order request, the Contracting Officer will request a cost proposal from the Contractor. All cost proposals shall be in detail and itemized, showing price breakdown in sufficient detail to permit an analysis of cost for material, labor, equipment, hours, taxes, insurance, bonds, overhead costs, profit, and complete description of work involved in the change order, including any time extension. In an emergency situation, a telephone approval may be granted by the Contracting Officer, and immediately the Contractor shall follow through by submitting a written cost proposal to the Contracting Officer. The Contracting Officer will issue a contract modification to authorize the work for the "emergency". H.3Tribal Taxes, Requirements And/Or Restrictions (a)Special attention is called to Part II - Contract Clauses, FAR Clause 52.236-7, Permits and Responsibilities and FAR Clause 52.229-3, Federal, State, and Local Taxes. Bidders are responsible for contacting the tribe or tribal organization involved with regard to any requirements regarding tribal taxes, royalties and/or other applicable tribal laws or ordinances. Any costs associated with this section shall be included in the contractor's bid. (b)Bidders are responsible for contacting the Office of the Navajo Tax Commission for tribal taxes identified below: The Navajo Nation Office of the Navajo Tax Commission P. O. Box 1903, Window Rock, AZ 86515 (928) 871-7511 H.4Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving Executive Order 13513 "Federal Leadership on Reducing Text Messaging While Driving" was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or - rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government. SECTION M. Evaluation Criterias 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 Capability Factor III - Past Performance All weight the same. 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; 52.222-41, Service Contract Act; 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. 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, June 4, 2012. 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/A12PS01174/listing.html)
- Place of Performance
- Address: Fort Defiance, AZ
- Zip Code: 86504
- Zip Code: 86504
- Record
- SN02757984-W 20120526/120525000353-7578e61d461571916676b170d4c34a22 (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 |