Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
SOLICITATION NOTICE

F -- Noxious Weeds Smokey Bear & Sacramento

Notice Date
5/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region/Lincoln NF, 1101 New York Avenue, Alamogordo, NM, 88310
 
ZIP Code
88310
 
Solicitation Number
RFQ-R3-08-15-02
 
Response Due
6/5/2002
 
Archive Date
7/1/2002
 
Point of Contact
Cesar Fausto, Contracting Officer, Phone (505)434-7367, Fax (505)434-7218, - Cesar Fausto, Contracting Officer, Phone (505)434-7367, Fax (505)434-7218,
 
E-Mail Address
cfausto@fs.fed.us, cfausto@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The USDA, Forest Service, Region 3, Lincoln National Forest, located in Southern New Mexico, plans to award a Firm Fixed Price Commercial Service Contract for the Spraying of Noxious Weeds. RFQ-R3-08-15-02 will be issued as a Request for Quotation. This solicitation incorporats provisions and clauses in effect through Federal Acquisition Circular 2001-07. This will be a one (1) year contract with one (1) line item. The line item will be unit of issue per acres charge. Line Item #1: Chemical treatment of 3900 acres of Noxious Weeds on the Sacramento and Smokey Bear Ranger Districts. Primary species to be treated will be musk thistle and teasel chemicals will be provided by the Forest Service, and water will be available at various sites. Contractor will provide all labor and equipment necessary for application. Treatment will be in areas of varied topography ranging from relative flat meadow bottoms to moderately steep slopes. Some areas will require hand treatment on foot, others can be treated with tractor and boom or four-wheel drive vehicles. This solicitation will cover spraying for two (2) districts; Smokey Bear and Sacramento. It is required that a bid be submitted with a price per acre of treatment for the line item. Please note that the quantities of acres are only estimates. PRICE PER ACRE $____________________________, TOTAL ACRES OF 3900 EQUALS A TOTAL PRICE OF $_______________________________. Offerror must have a valid current New Mexico State applicators license and meet all regulations established by the NMDA for licensed pesticide contractors. Offerror must present NMDA Pesticide Applicators License and certificate of insurance. Offerror will spray only those herbicides that are approved by the Forest Service, The Forest Service will provide herbicides to be used, Banvel or Clarity, Escort (metsulfuron methyl). Arsenal or Round-up (glyphosate), Tordon 22K. Herbicides will be applied in accordance with label directions and meet all requirements for legal applications as well as those listed in the Noxious Weed Environmental Assessment. Offerror will have adequate and appropriate equipment to take on and complete project, this includes adequate personal protective gear and first aid equipment to provide for the safety of the applicator and employees. All equipment used by the vendor will be in good working order and safe to complete the project. If at any time, unsafe conditions are discovered by the government, activities related to the problem will cease until these conditions no longer exist. Offerror must notify the government after completing a site and before continuing to the next site, since monitoring of certain sites will be required by a Forest Officer before and after treatment. Offerror will adhere to directions given by the government within and around buffers established by the Government on sites that require buffers as per Noxious Weed EA. Offerror will keep a daily log containing hours worked, date of applications, site weather conditions, herbicide used, formulation and approximate area treated. Spraying will not occur during a rain episode or when rain is imminent on the project site. Spraying will not occur within 2 days of a soil saturations rain, or until the soil surface is dry enough to absorb applied herbicides. Spraying will occur when winds are 5 miles an hour or less. Spraying in Wilderness areas will be done with backpack sprayers or with only non-mechanized or non-motorized equipment. The Offerror will provide trasportatin and equipment to accomplish contract. The Government may help with some ewuipment (backpack sprayers). In Wilderness areas backpack sprayers may be used. Spraying will be limited to two acres per day per applicator for backpack spraying and 100 acres per day for vehicle-mounted spraying. Acres will be defined by prescription of application. Once a contract has been awarded, a schedule of dates and times when spraying is expected at each site will be provided to the awardee. Backpack sprayers may be used for all density classes. Boom and or broadcast sprayers may be used only in areas designated Classes 3 and 4 unless a specific application method is prescribed (Wilderness). Site Description Density Class 1 ? Less than 10 plants be used. Density Class 2 ? 10 to 50 plants per acre. Density Class 3 ? 51 ? 500 plants per acre. Density Class 4 ? More than 500 plants per acre. The following clauses and provisions will be incorporated by reference for this solicitation; Provision at 52.212-1, Instructions to Offerors (Oct 2000) ? Commercial, Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications (Oct 2000)-- Commercial Items, with its offer, Clause at 52.212-4, Contract Terms and Conditions (Feb 2002) -- Commercial Items, applies to this acquisition, Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders (May 2002) --Commercial Items, applies to this acquisition, Contractors will provides bids on the entire project. Payment for the awardee will be by Electronic Funds Transfers. The RFP due date is June 5, 2002 at 1600. Cesar Fausto, Contracting Specialist may be contacted at 505-434-7367 to answer any questions. Maps will be made available upon request from the Contracting Officer. The price range for this project is estimated to be under $100,000.00. This will be set aside for a small business with an NAICS code of 115310.
 
Place of Performance
Address: Smokey Bear District in Ruidoso, New Mexico and The Sacramento Ranger District in Cloudcroft, New Mexico
Zip Code: 88310
Country: USA
 
Record
SN00084428-W 20020531/020529213059 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.