Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2003 FBO #0520
MODIFICATION

F -- Collection of native grass (Purshia tridentata and Elymus elymoides) in the West Walker Watershed near Walker and Coleville, CA

Notice Date
5/1/2003
 
Notice Type
Modification
 
Contracting Office
BLM CALIFORNIA STATE OFFICE 2800 COTTAGE WAY, SUITE W-1834 SACRAMENTO CA 95825
 
ZIP Code
95825
 
Solicitation Number
BAQ030008
 
Response Due
5/12/2003
 
Archive Date
4/30/2004
 
Point of Contact
Vandricia Razo Purchasing Agent 9169784322 vrazo@ca.blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment No. 0001 - This amendment is performed to combine the synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation No. BAQ030008 is issued as a Request for Quotes (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-6. This solicitation provided for full and open competition. The North American Industry Classification System (NAICS) code is 111998 All Other Miscellaneous Crop Farming, or Standard Industrial Classification Code (SIC) 0191 Grass Seed Farming or General combination crop farming. (1) REQUIREMENT: The Bureau of Land Management, Bishop Field Office, Bishop, CA has a requirement for collection of native grass and shrub species will be conducted in the West Walker Watershed and include the following species; bitterbrush (Purshia tridentata), and squirreltail (Elymus elymoides), substitutions may be necessary depending on seed availability and will require approval from the BLM contracting officer in consultation with the Bishop Field Office Botanist. (2) SPECIFICATIONS: Seeds will be collected from from (approx. center T. 7 N., R. 24 E., Mount Diablo Meridian) the following native species: Squirreltail (Elymus elymoides), Bitterbrush (Purshia tridentata). It is the responsibility of the Contractor to insure that the correct taxa are identified and collected. Item 1 -Squirreltail Grass seed-564 PLS lbs at $____/lb.=Total $_______ Item 2 -Bitterbrush seed-1,128 PLS lbs at $______/lb.=Total $_______ Total Amount $______________ B. Seed price and weight will be calculated on a PLS (pure live seed) basis. Percent PLS calculation formula is: purity times total viability (total viability = germination + dormant) = %PLS. C. Contractor is responsible for proper maturity of seed. Seed shall be collected when seed is sufficiently ripe to attain maximum viability. A majority of the seed should be at the hard seed stage. D. All seed collected under this contract shall meet the following purity and germination standards: 85% purity, 75% germination for all species. Mechanical harvesting is not restricted however terrain will determine collection method (most likely-hand collecting). In the case of crop failure or insufficient production collection period may be extended by negotiation for an additional year. E. The following criteria will be met in collections: i) Collect seed from healthy parent plants and a diverse representation of the native shrub and grass stand. ii) Seed shall be kept and stored in lots according to species and according to each of the regions seed were collected from. iii) Seed will be collected in such a manner as to insure that no noxious weed seeds and no more than 0.5% other weeds are present in the collections. This includes but is not limited to noxious weeds such as yellow starthistle, Scotch thistle, Canada thistle, whitetop, knapweeds, Dalmatian toadflax, perennial pepperweed, medusahead, and other weeds such as cheatgrass, tumble mustard, or tansy mustard. iv) Collection records will be kept recording the following information for each collecting area: legal description (township, range, section); elevation; date; size of area; name of all collectors; and the species collected. A single Herberium collection for each variety is required (including the flowering or fruiting stem, leaves, and root crown (root crown for grasses only). The collection shall be placed in a plant press. The Universal Transverse Mercator (UTM) coordinates shall be obtained and recorded on the Collection Record form. This information will be furnished to the Contracting Officer or representative at the time of seed delivery. v) Seed will be collected from Bureau of Land Management (BLM) land within the specified locations, per item number. It is the responsibility of the contractor to make necessary arrangements for and receive authorization from landowners to collect on private land or other agency land. F. Seeds will be properly stored in a cool, dry storage area until shipment to the BLM. G. The Contractor will have all seed lots tested for weeds, purity, and germination by a State Certified Seed Lab. Copies of the Seed Lab Test results will be furnished to BLM. Contractor is responsible for the cost of seed testing. Each bag of seed will be properly labeled with this information as well as species and seed lot prior to shipping. H. Contractor will notify the Contracting Officer of any amount of seed collected over the amount specified in the contract. Contractor will offer this seed for purchase by the Contracting Agency (BLM) at or below the amount specified in the contract prior to any other marketing. If not purchased by the Contracting Agency (BLM), seed becomes the property of the Contractor upon purchase of any necessary collecting permits. (3) DELIVERY: Upon arrangement with the Contracting Officer, seeds will be delivered to the Bishop BLM Warehouse, at 351 Pacu Lane, Bishop, CA 93514, FOB Destination in standard 50 lb seed bags (20" by 30" approx.). Seeds will be delivered no later than September 1, 2003. "FOB DESTINATION" means that all costs for transportation or freight from the shipping point shall be paid by the contractor and included in the unit price quoted for each line item. (4) CLAUSES: The following FAR (Federal Acquisition Regulations) provisions and clauses apply to this procurement: 52.212-01-Instructions to Offerors-Commercial Items, addendum to include FAR clause 52.215-5; 52.212-02-Evaluation Commercial Items, submit invoice(s) to Eagle Lake Field Office. (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 will be used to evaluate offers (Factors 1-3 are equal and more important than 4-Price): Factor #1-Technical Capabilities-Provide the number of years offeror has been doing this type of work. If part of the experience period was doing business under a different business name, identify that business and period separately. Provide a listing of your in-house capabilities and the work you intend to subcontract. Include a list of the facilities, supplies, tools and equipment you intend to use; Factor #2- Experience and Qualifications-Explain who is going to perform the work, their skill level and classification. The Contractor shall have a minimum of three years prior work experience in native plant species identification for the Great Basin area. Resume(s) or other evidence of qualification of native species collecting shall be provided with submission of proposal; Factor #3-Contractor's Past Performance-Provide a listing of your projects for the past three-year period which most closely relate to this type of work. Include the dates of performance, the company name, the name of contact person and their telephone number. If you have failed to complete any project in the last three-year period, provide any information regarding the cause or remedy of that particular situation; Factor #4-Price. 52.212-03-Offeror Representations and Certification; 52.212-04-Contract Terms and Conditions-commercial Items; 52.212-05-Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items (under paragraph (b) the following FAR clauses apply; 52.203-6 w/Alt 1, 52.219-8; 52.212-9; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-19; 52.225-3;52.225-13; 52.232-34; 52.222-41; 52.222-42; BLM 1510.037- ELECTRONIC FUNDS TRANSFER PAYMENTS. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far/ or upon request from the Contracting Officer. (5) INSTRUCTIONS TO OFFERORS: Quotes must be submitted in writing on a SF 1449 or on company letterhead and must include: (a) RFQ number; (b) the company name and address; (c) point of contact; (d) phone number; (e) fax number; (f) the unit price; (g) the extended price; (h) Grand Total (i) and any prompt payment discount terms; (j) a completed copy of the FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS provision; and (k)documentation for experience and qualifications and three most recent references for work performed similar in nature. Quotes shall be received by May 16, 2003, 3pm local time to the Bureau of Land Management, Attn: Vandricia Razo, 2800 Cottage Way, W-1834, Sacramento, CA 95825-1886, or by FAX at (916)978-4444. All responsible offerors may submit a quotation that, if timely received, shall be considered for award. It is impracticable to distribute Maps and Wage Rates with this solicitation. A copy of the map can be requested and faxed to you. The wage rate applicable to this project is Wage Determination No 1994-2333, Revision No. 20, date of last revision: 5/28/02. Category: Laborer, Grounds Maintenance at $9.04/hr. A written request for any documents related to this acquisition may be faxed to (916) 978-4444.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=466115)
 
Place of Performance
Address: Bishop, CA
Zip Code: 93514
Country: US
 
Record
SN00316197-W 20030503/030502073924 (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.