Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2024 SAM #8152
SOLICITATION NOTICE

F -- Woody and Herbaceous Invasive Plant Control - Vernon County, WI

Notice Date
3/21/2024 2:03:50 PM
 
Notice Type
Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES24Q0062
 
Response Due
3/26/2024 9:00:00 AM
 
Archive Date
04/10/2024
 
Point of Contact
John P Riederer, Phone: 6512905614
 
E-Mail Address
John.P.Riederer@usace.army.mil
(John.P.Riederer@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0002 HAS BEEN ADDED - Amendment 2 corrects an error in the previous amendment and adds information to para. 1.2.1.6 about seeding. Please acknowledge BOTH amendments with your revised quote.� AMENDMENT 0001 HAS BEEN ADDED - Please see notes at the bottom of this description The U.S. Army Corps of Engineers - St. Paul District seeks a Contractor to implement a wood invasive plant control project on approximately 38 acres of Government property in three treatment areas in Vernon County, Wisconsin.�Services to be rendered include initial mechanical and chemical control and follow-up chemical control of established woody invasive plants as well as reed canary grass. The contract will be for a term on one (1) base year, with two (2) one-year options to be exercised at the Government's discretion.� The project area is located approximately 1 mile south of the village of Stoddard, WI (south of La Crosse), along the Coon Creek backwaters.�The area is generally forested with some canopy gaps and substantial invasive species problems, primarily bush honeysuckle, with Siberian elm, and black locust in lesser numbers. Removal of undesirable shrub/tree species, including eastern red cedar, sumac, green ash, red oak, pin oak and cherry species, will aid in the restoration of the oak savannah and prairie.� During the base year of the contract, the Contractor will kill all trees and shrubs listed in the invasive species and undesirable tree table that are present in zones 1 and 3 with mechanical means and application of herbicide. Due to the Northern Long Eared Bat being declared an endangered species, no stems greater than 3"" in diameter at breast height (DBH) may be cut. Semi-annual follow-up treatments with herbicide will be conducted to eliminate resprouts, seedlings and residual untreated stems of woody invasives.� Area 2 is 11.2 acres which will be broadcast sprayed with acquatic area approved glyphosate at least three times. Additional sprayings may be optioned. There is an option for wetland seeding of woody shrubs/wetland plants (buttonbush, red osier dogwood, swamp milkweed and willow) which may be exercised if natural vegetation does not take hold.� Payment will be based on the acreage.�Most of the work requires a period of at least two weeks following treatment to evaluate effectiveness. Therefore, invoices for work may not be submitted until at least 14 calendar days have elapsed since the final treatment being invoiced. PLEASE E-MAIL ALL QUESTIONS to John Riederer, Contract Specialist, John.P.Riederer@usace.army.mil at least two business days prior to solicitation close to allow response time. The Contractor, all of their employees, any subcontractors or other individuals performing herbicide work under this contract shall possess a valid state commercial herbicide applicator's license with certification in Wisconsin for Forestry (Category 2.0) or Right of Way and Natural Areas (Category 6.0), (or have completed requirements necessary for license reciprocity in Wisconsin) and shall comply with all Federal, State, and local laws and regulations applicable to the contract work and to the products and materials used by the Contractor in performing that work. Contractors shall submit with their quote a list of anticipated pesticide applicators in their employ and a copy of the applicable credentials for each individual. The contractor will carry liability insurance that will cover the application of herbicides. Coverage will include as a minimum drift, run?off, and pollution (sudden and accidental) for all contract operations. The amount of coverage shall not be less than $1,000,000 per incident. A Certificate of Insurance form signed by the insuring agency shall be provided to the contracting officer within 10 business days after contract award. This is a 100% Small Business Set-Aside solicitation. NAICS Code: 561730 Size Standard: $9.5 million It is preferred that the quote is e-mailed to: John Riederer, Contract Specialist, John.P.Riederer@usace.army.mil OFFEROR SHALL BE REGISTERED IN SAM (System for Award Management) https://www.sam.gov to include the FAR and DFARS Reps and Certs sections with the NAICS code applicable to the solicitation. Quotes must be RECEIVED no later than the Offer Due Date/Time listed in the FBO.gov solicitation posting. Quotes received after the deadline are considered late, and may not be considered for award. Quotes must include specific acknowledgement of all amendments to the solicitation (if any). AMENDMENT 0001 NOTES Amendment 0001 adds information to the SOW about specific species and planting density for Option Item 2002. The item also corrects an error by splitting Item 0002 into 0002AA and 0002AB. Item 0002AA is the Broadcast Spray of Area 2 that will take place during June 2024. Item 0002AB is the Broadcast Spray of Area 2 that will take place during September 2024.� OFFERORS MUST ACKNOWLEDGE RECEIPT OF THE AMENDMENT. The preferred method of acknowledging receipt is completing blocks 15A, 15B and 15C of the Form SF30 (first page of amendment) and including it with your revised pricing. Please use the Schedule of Items (pages 8 and 9 of Amendment) to submit revised pricing.� OFFERS MUST INCLUDE UNIT (PER ACRE) PRICING.� Revised pricing and acknowledgment of Amendment 1 must be�received�no later than 11:00 AM (CDT) Tuesday, March 26, 2024. Offerors who do not acknowledge Amendment 1 will not be considered for award.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a22109c1af8d43a59b7a330c0a11e7c3/view)
 
Place of Performance
Address: Stoddard, WI 54658, USA
Zip Code: 54658
Country: USA
 
Record
SN07004546-F 20240323/240321230042 (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.