Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2021 SAM #7139
SOLICITATION NOTICE

F -- TREATMENT OF INVASIVE SPECIES - WETLAND RESERVE PROGRAM - VERMONT

Notice Date
6/16/2021 11:11:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
12FPC421Q0022
 
Response Due
7/8/2021 12:00:00 PM
 
Archive Date
10/01/2021
 
Point of Contact
Ms. Oriel Velez, Phone: 787 370 0562
 
E-Mail Address
oriel.velez@usda.gov
(oriel.velez@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. FAR Part 13.5 General. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The Government anticipates this solicitation will result in a firm fixed price commercial contract, to the responsible Contractor whose quote conforms to the solicitation and will be most advantageous to the government. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 / 3-10-2021which can be found at http://www.acquisition.gov/far/index.html. This acquisition is a 100% set aside for Small Business vendors. The applicable North American Industry Classification System (NAICS) code is 115310 - Forestry Services. The small business size standard is $8.0 million. For more information on size standards, please visit http://www.sba.gov/size. Questions MUST be submitted to the Contracting Specialist via e-mail � oriel.velez@usda.gov. E-mail questions MUST include solicitation 12FPC421Q0022 in the subject line to avoid oversight. The United States Department of Agriculture (USDA) NRCS has authority to administer voluntary conservation easement programs. All properties involved with this purchase order are enrolled in the former Wetland Reserve Program (WRP), which is now called the Agricultural Conservation Easement Program Wetland Reserve Easement component (ACEP-WRE). The Federal government has an in-perpetuity obligation to manage these lands as restored wetlands and wildlife habitat. Invasive herbaceous plants including common reed (Phragmites australis) and reed canarygrass (Phalaris arundinacea) are established in these former agricultural fields, now restored wetlands. These invasive plants need to be controlled because they are outcompeting native vegetation and decreasing wildlife habitat quality for native reptiles, amphibians, mammals, and birds. The Contractor shall follow the Statement of Work, applicable Federal, State, and Local regulations, and conservation practice standards and specifications to provide Herbaceous Weed Treatment services for the associated properties. The services entail the following: Herbaceous Weed Treatment (315) � controlling a minimum of 90% of the invasive herbaceous plant species within targeted areas while minimizing impacts to non-target plants and animals. The Contractor must have current commercial pesticide applicator Core and Category 2 Forest Pest certifications with the Vermont Agency of Agriculture. The Contractor will provide a copy of these certifications along with their quote for performing these Herbaceous Weed Treatment services. Site showing. Interested offerors will meet at the 9:30 AM Eastern Standard Time, June 28th, 2021.� Meet in the parking lot of the Pomainville Wildlife Management Area located along route 7 in Pittsford, Vermont.� https://goo.gl/maps/MeAG72LTYQgwPqMPA All Contractors must be registered in the Beta.SAM, prior to award of a Federal Contract. For information regarding registration visit https://www.beta.sam.gov QUOTES THAT ARE RECEIVED INCOMPLETE WILL BE REJECTED AND WILL NOT BE CONSIDERED FOR AWARD. Attachment 1 � Price Schedule � RETURN WITH QUOTE Attachment 2 - Contains the following documents: GROUP 1 - SOW/LOCATION MAPS GROUP 2 - SOW/LOCATION MAPS GROUP 4 - SOW/LOCATION MAPS Attachment 3 � Contains the following documents: GROUP 1 - INVASIVE CONTROL MAPS GROUP 2 - INVASIVE CONTROL MAPS GROUP 4 - INVASIVE CONTROL MAPS Attachment 4 � Contains the following documents: GROUP 1 - CONTROL PLAN GROUP 2 - CONTROL PLAN GROUP 4 - CONTROL PLAN Attachment 5 � Certifications � RETURN WITH QUOTE Attachment 6 - Service Contract Labor Standards Wage Determinations/County Attachment 7 - Conservation Cooperator Acknowledgement � RETURN WITH QUOTE TECHNICAL CAPABILITY � FACTOR 1 � RETURN WITH QUOTE PAST PERFORMANCE � FACTOR 3 � RETURN WITH QUOTE
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9b9d6431a4f647f6999490af4f3e5ab4/view)
 
Place of Performance
Address: VT, USA
Country: USA
 
Record
SN06033340-F 20210618/210616230118 (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.