SOLICITATION NOTICE
F -- Provide noxious weed eradication for Pine Ridge La
- Notice Date
- 9/3/2019
- Notice Type
- Presolicitation
- NAICS
- 115112
— Soil Preparation, Planting, and Cultivating
- Contracting Office
- Bureau of Indian Education (BIE) Acquisitions Business Support Center 12220 Sunrise Valley Drive Reston VA 20191 US
- ZIP Code
- 00000
- Solicitation Number
- 140A1619Q0383
- Response Due
- 9/12/2019
- Archive Date
- 9/30/2019
- Point of Contact
- Fife, John
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SMALL BUSINESS SET ASIDE: 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. 140A1619Q0332 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This acquisition is for a Small Business Set-Aside. NAICS Code: 115112. STATEMENT OF WORK Pine Ridge Agency Noxious Weeds Eradication Program-2019 The Pine Ridge Agency Branch of Land Operations developed nine (9) projects for 2019 eradication effo1ts. The time frame for the Herbicide application will be September 15, 2019 through November 1, 2019. Table 1. Range Unit Weed/Species/Application Acres Project# Range Unit Noxious Weed.Acres to be treated(GPS) Noxious Weed Point data Available #1Range Unit 1Canadian thistle190Yes #2Range Unit 907Canadian thistle145Yes #3Range Unit 910Canadian thistle165Yes #4Range Unit 910Salt cedar8Yes Range Unit P50 ISalt cedar23Yes Range Unit P515Salt cedar6Yes #5 Range Unit 4Canada thistle200Yes Common mullein90Yes #6 32Canada thistle400No Common Mullein450No #7 117Canada thistle350No Common mullein400No #8703Canada thistle50No #9 19Canada thistle65No Spotted knapweed65No PRA LAND OPERATION-ITEMS PROVIDED TO SELECTED CONTRACTOR 1)GPS point data (if available) identifying Noxious Weeds Infestations to be treated a.This data will be provided as an ArcMap Shapefile- NAD 83 UTM Zone 13. 2)Range Unit Boundaries a.This data will be provided as an ArcMap Shapefile- NAD 83 UTM Zone 13. 3)Range Unit Land Schedule Tracts identified for treatment activities a.This data will be provided as an ArcMap Shapefile- NAD 83 UTM Zone 13. 4)Aerial photographs and maps identifying the areas to be treated. BIDDER MUST 1.Acquire Oglala Sioux Tribe Commercial Applicators licenses for all Technicians from the Oglala Sioux Tribe Pesticide Enforcement Program, PO Box 326, Pine Ridge, South Dakota 57770. (605) 867-5236. 2.Be familiar with Tribal Laws, Ordinances regarding the application of herbicides on the Pine Ridge Indian Reservation. 3.Comply with all Tribal Laws for conducting business on reservation lands. (Water Use, TERO, Business etc.) 4.Be South Dakota Commercially Certified Herbicide Applicator. 3.Be a company with a minimum of 5 years' experience as the prime contractor in the application of herbicides covering the control of noxious weeds. Maps and database will show spray activity separated by species of weeds. Map points will suffice for acreages less than 5 acres, while polygons should be used for larger than 5 acre treatment activities, and lines for continuous parallel infestations along roads, streams, fence lines, and lakes. 5.Provide proof of insurance prior to being awarded the contract. The amount of insurance shall be $1,000,000, and must cover personal injuries, prope1ty damage, herbicide exposure, herbicide misapplication and herbicide spills. 6.Comply with Environmental Protection Agency (NEPA) regulations. CONTRACTOR MUST 1.Acquire Oglala Sioux Tribe Commercial Applicators licenses for all Technicians from the Oglala Sioux Tribe Pesticide Enforcement Program, PO Box 326, Pine Ridge, South Dakota 57770. (605) 867-5236. 2.Comply with all Tribal Laws for conducting business on reservation lands. (Water Use, TERO, Business etc.) 3.Provide copies of Oglala Sioux Tribe Commercial applicators license for all herbicide applicators to the Pine Ridge Agency prior to the commencement of treatment activities. 4.Provide copies of South Dakota Commercial applicators license for all herbicide applicators to the Pine Ridge Agency prior to the commencement of treatment activities 5.Use GPS technology to map and spray all noxious weeds within the project areas. 6.Provide GPS data and information as an Arc/Map shapefile-NAD 83 UTM Zone 13. 7.Furnish the Agency with a complete and accurate map of the noxious weed sprayed within the project area within 30 days of completion of the groundwork. "FINAL REPORT" 8.Provide reference photos pre and post application at one application site for each noxious weeds species treated with herbicide on the Range Unit (Project) which will be included in the Final Rep011. The photo and GPS'ed location must also be provided to the Pine Ridge Agency Land Operations office. 9.Furnish the Agency with an electronic GPS file (ArcMap shapefile) of the project within 30 days of completing the groundwork. "FINAL REPORT" 10.Be capable of providing all equipment, chemicals, and labor necessary to accomplish the spraying activities. The contractor will be responsible for disposal of all empty chemical containers per EPA/state regulations. 11.Apply the chemical according to label specifications. 12.The vendor must upload the invoice through IPP.gov and provide an additional copy of the invoice directly to the agency. Invoices will include total hours worked, total acreage mapped by species, total acreage sprayed by species and amount due. 13.Assume full responsibility for any damages due to accidental spills or spray drift associated with the chemical application. 14.Assume full responsibility for any property damage or personal injuries caused by personnel under his/her control while mapping or spraying under this contract. 15.Be able to respond within 72 hours of call from agency contact to ensure proper timing of spraying within project area. 16.Furnish adequate number of operable spray equipment and personnel to meet the time frame as stipulated in the Statement of Work (SOW). 17.Contractor must have sufficient equipment as defined in number 14 above in the SOW to complete this contract within the specified time period. Any other concurrent contracts held either within or outside of this agency project will not infringe on the proper application and timeliness of the application. 18.Ensure adequate amounts of dye is added to the spray mixture allowing for monitoring of spray activities which will be conducted by agency personnel during the spraying operations and may include sampling of tank mix. 19.Contact the PRA Land Operations staff daily providing location(s) of the current day's treatment activities for inspection purposes. 20.Contact the Oglala Sioux Tribe Pesticide Enforcement Program Director daily providing location(s) of the current day's treatment activities for inspection purposes. CONTRACTOR REPORTING AND GPS DATA REQUIREMENTS DATA ELEMENTS (Attributes)-Data Elements must be completed for every Site ID#. The GPS point data must be provided to the Pine Ridge Land Operation Office as attributed Arc/Map Shapefiles collected in NAO 83 UTM Zone 13. All Application Sites will consist of the following data elements (attributes) that when calculated will equal total treated acres. In addition to the following attributes, the reference sites must contain pre and post application photos 1)Site ID# a.Site ID# will be assigned to each noxious weed location and species. If 2 or more noxious weeds are located in the same location, each species will be assigned individual Site ID # with all data elements completed. 2)Range Unit# 3)Weed Species: Common and Scientific name 4)Infestation Size: Acres treated per Noxious Weeds Species ( are not allowed. Infestations less than 1 acre will be identified as 1 acre) 5)Date: Date of Application 6)Technician: Full Name 7)Herbicide: Common Name 8)Application Rate 9)GPS Coordinates (OMS) CONTRACTORS FINAL REPORT The final repo11 will consist of a narrative and tabular data. The Table is to be comprised of GPS data (Data Elements) which is to be summarized and suppo11 the Narrative. This Table will list the Site ID #, Range Unit#, Tract ID#, Weed Species, Infestation Size/Acres Treated, Untreated acres (approximate), Date of Application, Technician (Full Name), Herbicide, Application Rate, GPS Location (OMS). The following items are to be addressed in the Narrative. 1)Beginning and Completion Date of Herbicide Application activities. 2)Identify Range Unit, Weed Species, Acres Treated. One reference site/noxious weed/Range Unit will also include the following information. a.Range Unit# b.Weed Species c.Acres Treated; ( are not allowed. Infestations less than 1 acre will be identified as 1 Acre) d.Herbicide 1)Common Name 2)EPA Registration Number 3)Manufacturer 4)Gallons Used/Application Rate e.Treatment Method 3)Total amount of Herbicide(s) used this year by product for the entire project: a.Herbicide(s)Total Gallons _ The Agency will not approve any requests for payment until all deliverables have been provided to the Pine Ridge Agency staff for review, approval and recommended payment for projects completed. Project# Range Unit Noxious Weed.Acres to be treatedPricing #1Range Unit 1Canadian thistle190$ #2Range Unit 907Canadian thistle145$ #3Range Unit 910Canadian thistle165$ #4Range Unit 910Salt cedar8$ Range Unit P50 ISalt cedar23$ Range Unit P515Salt cedar6$ #5 Range Unit 4Canada thistle200$ Common mullein90$ #6 32Canada thistle400$ Common Mullein450$ #7 117Canada thistle350$ Common mullein400$ #8703Canada thistle50$ #9 19Canada thistle65$ Spotted knapweed65$ TOTAL$ EVALUATION FACTORS M. 1Contract 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. Offers may be given the opportunity to clarify certain aspects of the proposals (e.g., the relevance of an offeror's past performance information or to resolve minor or clerical errors). M.2Evaluation The 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.3Evaluation Factors Factor I -Technical Capability FACTOR I -Technical Capability Proposal: The Technical Capability Proposal should have as much details 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 conditions which can affect the SOW. c.Logical sequence of steps and/or specific techniques to accomplish all required tasks specified in the SOW. FAR 52.212-02: Evaluation -Commercial 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: (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All Contract Clauses and provisions incorporated in this solicitation can be read in full text by visiting the following websites or may be requested from the Contracting Officer: http://farsite.hill.af.mil CONTRACT CLAUSES: The following clauses apply 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; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.213, Contractor Code of Business Ethics and Conduct; FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR52.217-6 Option for Increased Quantity; FAR52.217-7, Option for Increased Quantities-Separately Priced Line Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.232-18 Availability of Funds; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.211-6, Brand Name of Equal; FAR 52.225-1 Buy American Act-Supplies; FAR, 52.232-34, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items of FAR 52.212-5(c), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ;DIAR 1450-16-1Homeland Security Presidential Directive,DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.280-4) are required to be considered for award. The RFQ is to be submitted to John Fife by email at john.fife@bia.gov. Any further questions regarding this announcement may be directed to John Fife, Contract Specialist, via email no later than 11 Sept 2019. All contractors submitting quotes must be registered in the SAM.gov, 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 SAM, go to: http://www.SAM.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A1619Q0383/listing.html)
- Record
- SN05427919-W 20190905/190903230845-5aefb9f589c31a58cf8db4821b4c5387 (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 |