SOLICITATION NOTICE
F -- Herbicide Application of Chinese Tallow
- Notice Date
- 8/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GR1875 CENTURY BOULEVARDSUITE 310ATLANTAGA30345-3310US
- ZIP Code
- 00000
- Solicitation Number
- F12PS00998
- Response Due
- 9/5/2012
- Archive Date
- 10/5/2012
- Point of Contact
- Bryan Hagood
- Small Business Set-Aside
- Total Small Business
- Description
- This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items and an award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. This combined synopsis/solicitation is notice that the Fish and Wildlife Service (FWS) has issued a non-personal services contract to provide herbicide application and adjuvant for control/treatment of Chinese tallow on the 2,628 acre Perdue Unit and 1,287 acre Sand Bayou Unit within delineated sections of the Bon Secour National Wildlife Refuge (BSNWR/NWR/Refuge). Both units will be entirely swept and treated for Chinese tallow with a focus on approximately 100 acres of infestation in the Perdue Unit and 50 acres of infestation in the Sand Bayou Unit depicted in figure 1, 2 & 3. The majority of the acres to be treated contain seasonal wetlands. Herbicide will be applied to areas that have been pre-defined and mapped within the US Fish and Wildlife Service (USFWS) geographic information system (GIS) database. The Contractor shall provide all personnel, labor (i.e. herbicide application), equipment, supplies (i.e. chemicals, herbicides, adjuvant where applicable), transportation, tools, materials, supervision, and other non-personal services necessary to perform the requirements of this contract order and shall plan, schedule, coordinate, and ensure effective performance of required services for the entire duration of contract. Work performance shall be defined as 100% of identified species infestations to be treated, and a 95% control rate (Acceptance Criteria [AC]) achieved. The period of performance shall be on or about June 1 thru December 31, 2013. The Technical Site Representative contact is Jackie Isaacs (251-540-8523 or jackie_isaacs@fws.gov). The Contractor is solely responsible for acquiring and maintaining all federal and local licenses, certification, and permits as required. State Certified Pesticide Applicator (License). Where applicable, the name brand and quantity of herbicide proposed by the contractor must be pre-approved by the USFWS through a Pesticide Use Proposal 30 days prior to application. This action is being solicited as a Small Business Set-Aside under the North American Industrial Classification System (NAICS Code) 11530 Support Activities for Forestry. Size standard applies. A firm-fixed price commercial contract order will be issued. The proposal(s) will be evaluated based on the following evaluation factors: Factor 1 - Technical Capability to include Work Plan/Technical Approach, Quality Control Plan, Workload Capacity, Staffing and Equipment, and Past Experience; Factor 2 - Past Performance; and Factor 3 - Price. The Government will first survey proposed pricing to determine competitive range based on the government estimate/allocated funding and then, review un-priced technical offers/proposals to determine which are acceptable to the Government based on the RFQ/RFP requirements. Those offers that are outside of the government estimate/allocated funding (as determined to be too high or too low), may not be evaluated for technical soundness. You may view this solicitation/RFP at: https://www.fedconnect.net/Fedconnect/PublicPages/PublicSearch/Public_Opportunities.aspx Once in the website, enter the solicitation number (F12PS00998) or title (Herbicide Application of Chinese Tallow) in the search criteria field. *Offeror should submit price per acre: $________/acre (along with their supporting documentation). Quotes/proposals may be submitted either by e-mail (preferred) to (bryan_hagood@fws.gov), thru FedConnect, hand-carried, or by mail. No faxed quotes allowed. The Government reserves the right to issue a single award, multiple awards, or no award to an offeror/offerors that is/are responsible and provides the best overall value to the Government based on lowest price technically acceptable for each line item. If hard copy proposal is mailed, please also provide CD-ROM copy of the proposal. Contractor shall submit the following items, but not limited to: a. Standard Form 1449 b. Line Item Summary/Bid pricing c. Bidders Questionnaire of Responsibility d. Past Experience & References forms e. Past Performance Survey forms f. Evaluation Factors information (i.e. work plan, quality control plan, workload capacity, etc.) g. ORCA (52.212-3 or copy of on-line registration). *Must be registered electronically on-line prior to award. NOTE: Vendors previously registered in the ORCA must now log into SAM to update their information. New vendors can register in SAM at sam.gov by clicking on create account or register. h. CCR (copy of on-line CCR registration and/or provide DUNs #). NOTE: Vendors previously registered in the Central Contractor Registration (CCR) must now log into SAM to update their information. New vendors can register in SAM at sam.gov by clicking on create account or register. i. DUNs # (please provide) *Please review the evaluation factors for award under the FedConnect solicitation (# F12PS00998) and submit all required information. https://www.fedconnect.net/Fedconnect/PublicPages/PublicSearch/Public_Opportunities.aspx All quotes/offers must be received no later than September 5, 2012, 9:00 AM Local Eastern Time. You must be fully and actively registered in the System for Award Management (SAM). SAM is a free web-site which consolidates Federal procurement systems. Currently CCR, FedReg, ORCA, and EPLS have been migrated into SAM. https://www.sam.gov/portal/public/SAM A formal site visit has been scheduled. Please see below: When: Wednesday, August 29, 2012 Meeting time: 9:00 am Central Time Who: All qualified and eligible vendors/Contractors Meeting location: Bon Secour National Wildlife Refuge Office Address: 12295 State Highway 180; Gulf Shores, AL 36542 Purpose: View site location of work performance Need to know: Expect heat, humidity, and biting insects Contact: Jackie Isaacs (251-540-8523 or jackie_isaacs@fws.gov CAUTION: This solicitation is issued electronically, as will any amendments thereto. Thus, the Government is under no obligation and is in fact unable to maintain a bidder's mailing list. It is therefore the responsibility of any interested parties to obtain any amendments that may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for proposal receipts may render your offer non-responsive and result in the rejection of it. Telephone requests will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00998/listing.html)
- Record
- SN02851426-W 20120824/120823001907-f9008297eacb12b404b16df8517e24a5 (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 |