SOLICITATION NOTICE
F -- Acquisition for Integrated Pest Management Biological Control. One Base year with 3 option years
- Notice Date
- 5/8/2013
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Reclamation - PN - Columbia Cascades Area Office 1917 Marsh Rd Yakima WA 98901
- ZIP Code
- 98901
- Solicitation Number
- R13PS13270
- Response Due
- 5/17/2013
- Archive Date
- 5/8/2014
- Point of Contact
- Connie Morgan Purchasing Agent 5095755848241 cmorgan@usbr.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
- 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.The solicitation number is R13PS13270 and is issued as an Request For Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 541620 with a small business size standard of $7.0 This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. This solicitation is posted from May 8, 2013 with a closing date of May 17, 2013 FOB Destination shall be Ephrata WA 98823 Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable Reclamation to respond. Questions must be submitted electronicallt to the Contracting Officer stated below. Questions not received within a reasonable time prior to close of the solicitation may not be considered. All proposals and questions shall be submitted to Connie Morgan via e-mail only: cmorgan@usbr.gov Statement of Work Habitat Enhancement and Biological Pest Integration The Bureau of Reclamations (Reclamation) Columbia Basin Project manages approximately 320,000 acres of land. The non-agricultural lands are primarily shrub-steppe habitat with the occurrence of riparian, seeps, and waterways adjacent to project water facilities. The wetlands and riparian areas are experiencing the greatest pressure from Purple Loosestrife (Lythrum salicaria). With the increased encroachment of this aquatic invasive species, habitat is being lost for water-fowl nesting, cover, and food. Purple Loosestrife succeeds into a monoculture if unchecked. Native plants will be out competed along with the loose of plant composition and species diversity. In addition to habitat encroachment and degradation, the encroachment of this monoculture reduces water way areas and can reduce water flow rates or increase the area of inundation. Resource Management, under the present economic constraints, has limited both project size and available funding. The cost/benefit ratio of biological control is a greater positive ratio then either mechanical or chemical control. The single most limiting factor of this economic analysis is labor. Labor is four times more expensive using mechanical or chemical operations versus biological control. Hence, biological control provides a far greater return upon both investment and habitat enhancement. Biological parameters and bench marks will be established and inventoried throughout the life of this contract. Continuous fixed plot inventory will occur upon specific sites on a regular basis during this contract period. Inventory will be for the sampling of insect populations, target plant damage, plant community composition, and plant species reproduction. History: The original biological control program for Purple Loosestrife was initiated in 1991 as a cooperative effort between Reclamation, Washington State, and Cornell University. The Winchester Waste way, Columbia Basin Project was identified as an infested waterway that Purple Loosestrife had completely invaded and was displacing native plant composition and communities. Within the Columbia Basin Project area permanent plots were established to monitor insect control of Purple Loosestrife and habitat/plant composition. This project was a complete success, the Purple Loosestrife community crashed, beetle populations increased, native plant composition increased and the habitat was good. Over time the continued monitoring of this program was lost, external factors and collectors reduced beetle populations to less than a beneficial ratio. Purple Loosestrife populations have re-established themselves and are once again encroaching upon habitat and water ways. Recent surveys and monitoring of beetle populations by Dr. Bob Gillespie, Entomologist, Reclamation personnel, and University of Idaho Entomologist, Dr. Mark Schwarzlaender indicated that current populations are at levels well below the needed damage thresholds for biological control. Location Description:The treatment and release areas are within Grant County, Washington State. Location and vicinity maps will be provided to the contractor detailing the release sites, plot locations, and collection sites. In addition to these maps an ownership map will be provided detailing the Columbia Basin Project boundaries and private property ownership. Accessibility: All release, plot, and collection sites are accessible by two wheel drive vehicles. During inclement weather the need for a four wheel drive vehicle will be warranted. Walking of short distances in wetlands will be required both for the release of insects and the establishment of inventory plots. Period of Performance: Services covered in this Statement of Work and resultant contract are to commence and be performed starting in 2013. This resultant contract will be reviewable on an annual basis for duration of three years, 2013 - 2016 inclusive. Field work will occur when target insects and plants are actively growing and weather conditions are beneficial to both plants and insects. Nursery work for insect (Bio-Control Agents) will be performed on an annual basis with bi-annual performance reports. All subsequent option years (2014, 2015, and 2016) will run from October 1st through September 30th. Base PeriodJune 1, 2013 through December 31, 2013 Option Year 1October 01, 2013 through September 30, 2014 Option Year 2October 01, 2014 through September 30, 2015 Option Year 3October 01, 2015 through September 30, 2016 Government Furnished Property and Materials: The Government will not furnish any equipment, the contractor is responsible to secure and furnish all necessary and required equipment. Identified areas will have GPS coordinates and maps drafted with project area perimeter and established control points, Reclamation will oversee field operation and establishment of this locations and plots. General Requirements:The contractor will be required to furnish any and all labor, transportation, equipment, supplies, services, supervision, permits, licenses, and other miscellaneous items necessary to satisfactorily execute and complete the required task of this contract. Required Work: 1)Within Reclamation identified areas, contractor will identify densities and frequency of invasive and noxious weeds within identified areas (i.e. purple loosestrife, Canada thistle, Dalmatian toad fax, etc. 2)Take and catalog digital photographs, photographs will be taken from established photo points on and around plots. These points and the direction of photograph will remain constant throughout the project. 3)Survey identified areas for both associated weeds and existing bio-control insect, to establish baseline for both plant and insect. 4)Locate and establish permanent plot onsite, take initial photo from established photo point for present and future reference. 5)Survey plot prior to release, this will establish plot baseline relative to resident insect community and plant composition prior to release. 6)Document and record release site, date, number of insects, species of insect, weather, wind, temperature, plot number and release sites. 7)Establish permanent photo points on site. 8)Construct and establish permanent plot, plot will be constructed using 11/2 inch PVC pipe, four 90 degree elbows, and 3/8 inch rebar for anchors. The center of this plot will be marked with a 3/8 inch rebar rod driven into the ground and the top portion painted with orange paint. This center of plot will have GPS coordinates collected and stored for future survey and plot location. 9)Establishment of nursery and propagation of insects within greenhouse environment will be required and monitored. The rearing of insects will be for future releases and re-population of insect communities in the event of climatic or natural increased mortality of site insects. 10)The establishment and rearing of nursery insects will be seeded using either collected insects from the Columbia Basin Project or insects secured from other facilities in the Pacific Northwest, Washington, Idaho, and/or Oregon. 11)Inventory (i.e. survival/mortality) populations will be conducted in the nursery for the establishment of projected population dynamics and releases. This sampling will be done at a minimum rate of monthly during the growing season. 12)Inventory/population data will be recorded, stored, and made available to Reclamation on a monthly basis, when collected during the growing season. 13)Statistical analysis of insect populations will be computed on a survey basis, both for the field and nursery data. This statistical analysis will determine population variance within the 95% confidence interval and will generate mean with a two-tailed population range. There could be a need for an Analysis of Variance (ANOVA) sampling, however, this will be determined upon after the primary analysis of population dynamics is examined. 14)Year end summary of results, this will entail a summary of the seasons activities, releases, sampling results, population dynamics, nursery survival/mortality, and a general summary of the years accomplishments. This report will be available to Reclamation no later than November 1st of each calendar year that this contract is in force. 15)The release of bio-agents will determined by population statistics and dynamics of both plant and insect parameters. Releases and establishment of new plots/areas will be based upon field observations and sampling data of a given area. Releases, sampling areas, plots, and project areas are dynamic, thereby providing adaptive boundaries relative to ecosystem needs. Assist in the identification of invasive plants and the development of Restoration Plans: The contractor will be surveying many acres of Reclamation lands; it is the responsibility of the contract to record the location of any invasive plants that are located on Reclamation land and/or adjacent ownership. This will be in the form of not only identification and location, but will include recommendations as to how treatments can be applied and result in the control or elimination of located invasive plant(s). Biological control programs success are based upon communication and the understanding of population dynamics within a specific ecosystem. The contractor will be called upon to provide feedback and input to this program, with a common goal of control. The contractor will be responsible for collecting and providing GPS coordinates not only for plots locations but also for all locations where invasive plants have been identified and observed. In order to react and address invasive plant containment in a proactive way, this data once collected will be provide to Reclamation on a bi-weekly basis. This information can be submitted in an email with coordinates attached, as a word document, PDF format or written into the email. This information is to be delivered to Reclamation on the 1st and 15th of each month during the field season (May-September) or as directed by Reclamation. A year-end summary is due no later than December 15th of each calendar year this contract is in force. Coordination of weed suppression, identification and releases: Reclamation will have sole responsibility of weed suppression, identification or biological agents, and the location and numbers of agents released. If there is a need for pesticide/herbicide applications the contractor will notify Reclamation, the application operation will be conducted and applied under the license and supervision of Reclamation personnel. Evaluation Criteria: 1)Technical Performance: Vendor will demonstrate their ability to provide technical expertise in greenhouse equipment and field data collection knowledge, skills, and abilities. And all other technical contractual requirements. 2)Experience and Qualifications: Demonstrate and document experience in insect rearing, collection, release, and sampling. Please list a short resume of your qualifications and/or certifications of which you hold to substantiate your expertise in entomology, botany, and statistical sampling. 3)Past Performance: Provide both documentation and references of past contractual performance. Letters of reference are not required, however, this type of support will be considered if provided. 4)Quality Control: Our Quality Control (QC) will be the establishment of both a plant and insect population that is in a state of equilibrium. This balance will determined using the identification of invasive plant populations and the release of associated bio-control agents. In order to maintain this state the required monthly plot sampling will be critical in the determination of both plant and insect communities. Current population bench marks or base lines of plant and insects will be established, providing an initial predator/prey relationship. This relationship will be used to determine need and equilibrium of insect/plant community and composition. Please, provide a statement outlining your experience and understanding of ecosystem population dynamics as it relates to biological control and the equilibrium of associated plant communities. 5)Price: The initial year along with associated set-up cost of program will dictate a learning curve and somewhat of a higher start-up cost. However, upon as the program evolves into more monitoring, sampling, and the insect dynamics level off it will not necessitate the need for a level contractual premium each year. The contract is renewable by option, and the work/price ratio will weigh in the decision to extend the contract into those option years. Definition of Experience:The Government will evaluate each vendor's experience on the basis of its breadth, depth, and its relevance to the work described. Include references working with Federal agencies and Federal personnel. Definition of Past Performance:Past performance is a measure of the degree to which a vendor satisfied its customers in the past. Such items of concern are timely performance, quality of work, cost control, and professionalism of customer satisfaction. Throughout this contract the contractor will be additional boots and eyes on the ground providing field observations of location and concentration of invasive plant species. These locations will be evaluated by Reclamation for inclusion into this program or controlled separately. As new bio-agents become available, Reclamation can and will incorporate these tools into our existing and new programs. Award will be based on best value to the Government, price and technical performance. Evaluation criteria Proposals will be evaluated and rated to determine which Offerors are within a competitive range, price and other factors considered. Award may be made without further negotiations. Proposals should be submitted initially on the most favorable terms that the offeror can submit to the Government, from both price and technical standpoints. However the Government may, after evaluation of proposals, conduct further oral or written discussions as appropriate, with all offerors whose proposals are within a competitive range. Proposals that do not address one or more criteria or sub-factors, may not be considered further for award. Award will be made to that offeror (1) whose proposal is technically acceptable and (2) whose technical/cost relationship is the most advantageous to the Government. Award may not necessarily be made for technical capabilities that would appear to exceed those needed for fulfilling the requirements of this acquisition. The Government reserves the right to make cost/technical trade-offs that are in the best interest and to the advantage of the Government. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items. In full text FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 252.212-05CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMSJANUARY 2013 (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (AUG 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). ___ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). ___ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ___ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (11) [Reserved] X___ (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (13) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). ___ (15) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (18) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (19) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).___ (ii) Alternate I (June 2003) of 52.219-23. ___ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (21) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ___ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). ___ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). ___ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). _X__ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __X_ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X__ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X__ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _X__ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ___ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ___ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (34) 52.222-54, Employment Eligibility Verification (JUL 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (37) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. _X__ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). ___ (39) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (40) (i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (Mar 2012) of 52.225-3. ___ (iii) Alternate II (Mar 2012) of 52.225-3. ___ (iv) Alternate III (Mar 2012) of 52.225-3. ___ (41) 52.225-5, Trade Agreements (NOV 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of t
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c5595e1ddc97c74feeaf982ab3c17109)
- Place of Performance
- Address: Ephrata WA
- Zip Code: 98823
- Zip Code: 98823
- Record
- SN03055990-W 20130510/130508234734-c5595e1ddc97c74feeaf982ab3c17109 (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 |