Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2020 SAM #6657
SOLICITATION NOTICE

S -- Tri-Rivers Pesticide Services

Notice Date
2/18/2020 2:23:28 PM
 
Notice Type
Presolicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362 USA
 
ZIP Code
99362
 
Solicitation Number
W912EF20Q0042
 
Response Due
3/10/2020 2:00:00 PM
 
Archive Date
03/25/2020
 
Point of Contact
Chandra D. Crow, Contract Specialist, Phone: 5095277202, Brooke Moore, Phone: 5095277913
 
E-Mail Address
chandra.d.crow@usace.army.mil, brooke.n.moore@usace.army.mil
(chandra.d.crow@usace.army.mil, brooke.n.moore@usace.army.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
The US Army Corps of Engineers, Walla Walla District is issuing a solicitation for Pesticide Services, commercial services, prepared in accordance with Federal Acquisition Regulation Part 13.106. The NAICS code applicable to this acquisition is 561730, with a small business size of $7.5 Million as determined by 13 CFR 121.104. Competition for this requirement is restricted to certified Women-Owned Small Business firms. In accordance with FAR Part 13.003(b)(1), ""Acquisitions of supplies or services that have an anticipated dollar value exceeding the micro-purchase threshold but not exceeding the simplified acquisition threshold are reserved exclusively for small business concerns and shall be set aside."" Additionally, the agency has determined that�sufficient competition exists to further restrict competition to Women-Owned Small Business Concerns.�Offers received from any other socioeconomic designation will not be considered. When available, the solicitation documents for this project will be provided under solicitation W912EF20Q0042. The�agency estimates that the solicitation will be available on or around 25 February 2020. Please do not submit an offer without the solicitation package that will be provided to industry by the Government. The solicitation will be an Request for Quote. The official quotation due date will be contained within the solicitation and any solicitation amendments that may be issued. Description of the Requirement: The Contractor is to furnish all labor, equipment, chemicals necessary for the application of herbicides to various right-of-way, turf, aquatic and non-crop sites on McNary Lock and Dam lands, Ice Harbor Lock and Dam, and Lower Monumental Lock and Dam, to the extent of TRI-RIVERS NATURAL RESOURSES area of responsibility, in accordance with the following specifications.� NOTE: Mixing of pesticides shall be done only in designated location determined by the COR. Pesticides must be stored in a locked exterior cabinet while on Corps of Engineers property. Utility services (electrical power, water services) required in the performance of the contract can be obtained where available from Government sources within the contract areas or from other sources approved by the COR.� Applicator must be licensed in the State of Oregon and the State of Washington. Applicators must possess the appropriate category for which they are applying. This contract requires licensed applicators with endorsements in Aquatic, Right of way, Industrial, Ornamental and Turf, and Regulatory Weed. Reciprocity between Oregon and Washington may be available on a case by case basis to be determined by State agencies. �Contractor must show proof of licensing prior to award of contract. All applications of pesticides may be applied by boom application, pressure sprayer, 4-wheeled ATV, backpack sprayer, or hand spreader and in accordance with the product label and State, County, and Federal regulations (See Appendix A).� Applications will be according to manufacturer labels and rates for maximum effectiveness on the target species.� Contractor shall use dye for bare ground application for accurate accountability at the discretion of the COR. Contractor must prevent spillage and inadvertent or over spraying of target areas.� Contractors spraying will not interfere with the normal operation of Government activities. The contractor is required to provide the COR with a current product label and Safety Data Sheet (SDS) for all chemicals being used, including surfactants, stickers, and spray indicators.� In addition, the contractor must have this information available at all times while working under this contract. Contractor will be responsible for all damages to non-target plants and areas.� Contractor will be required to replace or repair damaged plants and structures with equivalent items. Contractor will be required to complete an approved Pesticide Application Record in accordance with the Walla Walla District Pest Management Program. Completed forms will be given to the COR. Digital form of record may be accepted no later than 3 business days after application, and, or hard copy placed in a designated location upon completion of a day�s application. Period of Performance: BASE YEAR.� This contract shall become effective on March 02, 2020 (or on the date of award, if subsequent thereto) and shall continue in full force and effect to and including September 30, 2020, unless terminated as otherwise provided in the contract. Actual Period of Performance (POP) will be as stated above, contract POP will be 02 March 2020 through 01 March 2021, to include any exercised option years as noted below. �� OPTION YEARS. This contract is renewable for two (2) additional one-year periods, at the option of the Government, by the Contracting Officer (KO) giving written notice of renewal to the Contractor. Actual POP will be as stated below; contract POP will be 02 March each year through 01 March of the following year. � ��������������� Option year 1������ effective March 2, 2021 through 30 September 2021 ��������������� Option year 2������ effective March 2, 2022 through 30 September 2022 Important Note: the Beta.SAM Response Date listed elsewhere in this synopsis is for Beta.SAM archive purposes only. It does not necessarily reflect the actual due date that the RFQ is due. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offeror's are responsible for checking the reference page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for a bidder's inability to access the document posted at the referenced website. All bids, from Women-Owned Small Business Firms, received by the closing date will be considered by the Government. To be eligible for contract award, offerors must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or contact SAM Customer Service at 866-606-8220. Offerors must also complete Offeror Representations and Certifications on-line at https://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2fbd52da5a25433aaab225a5b4c51ccc/view)
 
Place of Performance
Address: Walla Walla, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN05564136-F 20200220/200218230135 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.