Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2006 FBO #1763
SOLICITATION NOTICE

99 -- Longleaf Seedling Planting

Notice Date
9/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-06-T-0110
 
Response Due
9/30/2006
 
Archive Date
11/29/2006
 
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. Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items/services 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; quotes are being requested and a written solicitation will NOT be issued. The Solicitation Number is W912HN-06-T-0110, and is issued as a request for quotation (RFQ). This solicitation is 100% set-aside for small business, under NAICS 561730; the small busines s size standard is $6M. The requirement is as follows: Longleaf Seedling Planting  1 GENERAL 1.1 Scope of Work: The Contractor shall furnish all personnel, equipment, and supplies to perform all work required to hand plant 173 thousand contractor provided 1-year old container grown longleaf pine seedlings on 238 acres at Fort Gordon Military Insta llation no later than 15 March 2007. 1.2 Security Clearances and installation access. 1.2.1 For access on to the Fort Gordon Military Installation all personnel performing work under this contract must process one of the following: a. A valid (unexpired) state drivers license, state ID card, or US government ID card b. INS Form I-551 or I-151 (Resident Alien Card) c. INS Form I-688A or I-688B (Work Permit) d. Passport with the appropriate INS stamps for work. 1.2.2 Access into the Fort Gordon Military Installation for all contractors is via Gate 3 on US Highway 78 from 5:30 am to 5:00 pm weekdays and via Gate 1 on US Highway 78 on weekends and 5:00 pm to 5:30 am weekdays. 1.3 Scheduling of Services: Fort Gordon Forest Management personnel will schedule the Contractor's tree planting operations with Range Control in order to prevent interference with military training. The Contractor must provide at least a 7 day notice to Fort Gordon Forest Management personnel prior to commencing planting work. 1.4 Work Area: All longleaf seedling planting work described below shall be accomplished within areas located on the Fort Gordon Military Installation. Areas have recently been logged and will either have been raked or drum chopped prior to planting. Are as may also be burned prior to planting. The planting areas consists of 11 blocks and range in size from 7.1.acres to 42.0 acres and total 238 acres. Site maps are attached. 1.5 Quality Control/Quality Assurance: 1.5.1 Quality Control: The Contractor shall maintain an inspection system, which shall identify deficiencies in the quality of services performed before the level of performance becomes unacceptable. 1.5.2 Quality Assurance: Fort Gordon Forest Management personnel will monitor the Contractor's performance to ensure compliance with the statement of work. 1.6 Hours of Work: Work under this contract shall be performed during daylight hours only. 1.7 Work Period: Contractor can make arrangements to locate, flag or otherwise designate boundaries of areas to be planted by contacting the Fort Gordon Forestry POC, Allen Braswell at (706) 791-9932. Actual planting work required under this contract can not commence prior to 1 December 2006 and must be completed prior to 15 March 2007. 1.8 Damage Caused by Contractor: The Contractor shall be held accountable and liable for any damage to government facilities, equipment or grounds, caused by the Contractor or his employees. The purpose for this contract is to reforest pine trees on non-s tocked areas of the Fort Gordon Military Installation. 1.9 Project Manager: The Contractor shall provide an on-site project manager or a designated representative to be physically present during the normal hours of operation during the tree planting operation to act with full authority for the Contractor. This individual shall be responsible for the supervision, overall administration, and coordination of the required services. The project manager sh all be the point of contact with the Government and have the authority to act or make decisions for the Contractor. 1.10 Alternate: An alternate shall be designated to act for the project manager during absences such as illness. 1.11 The contractor shall remove from the installation on a daily basis all trash or other debris generated by contractor personnel in performance of this contract. 2 GOVERNMENT FURNISHED PROPERTY AND SERVICES 2.1 Fort Gordon Forest Management will provide maps indicating the tree planting areas, assistance in on-site location of areas, and access into all sites to be planted. 3 CONTRACTOR FURNISHED SUPPLIES AND SERVICES: 3.1 Contractor shall supply all materials, labor, longleaf pine seedlings and equipment necessary to perform the services described herein. 3.2 All pine seedlings to be planted as described in this contract will be provided by the Contractor and must be obtained from a nursery that is within 100 miles of Fort Gordon. The nursery from which the seedlings will be obtained for use in this contra ct must be approved by Fort Gordon forest management personnel in advance. The seedlings must meet as a minimum the requirements that follow. 3.2.1 Seedlings must be Longleaf Pine (scientific name: Pinus palustris) no other species of seeding is acceptable. 3.2.2 The seedlings must be container grown stock with a root plug that is 6 inches in length with a top plug diameter of no more than 1.4 inches. 3.2.3 The root collar diameter must be at least a minimum of .1875 (3/16) of an inch and no more than .75 (3/4) an inch. 3.2.4 Needle length requirement minimum 6 inches, maximum 12 inches 3.2.5 Seedlings must have been grown in the nursery in a copper treated styrofoam container. 3.2.6 Seedlings must have had a minimum of two inoculations with a mycorrhiza root treatment while in the nursery. 3.3 Seedlings must be stored in a refrigerated cold storage unit on or near to the planting sites when not being transported to the field for immediate planting. 4 SPECIFIC TASKS TO BE PERFORMED: 4.1 Tree Planting: Tree planting shall be conducted by hand using a 6-inch plug type-planting bar. 4.2 Seedlings shall be planted at a spacing of 6 x 10 (726 seedlings per acre). Only one seedling shall be planted in each debris free planting hole. Seedlings shall be planted straight in the hole at a depth that leaves terminal bud at or slightly belo w (0.3 inch maximum) the soil surface. Soil shall be packed firmly around seedling roots. 4.3 Seedlings will be kept in closed shipping containers in a cold storage facility until immediately prior to planting. Seedling root plugs will not be exposed to the atmosphere for an extended period prior to planting. Containers will not be stored in d irect sunlight at anytime. Seedlings will not be allowed to freeze. This shall be bid as one line item, LUMP SUM: To provide all necessary labor, materials, equipment, and supervision to hand plant 173,000 1-year old containerized longleaf pine seedlings with a 6-in soil plug at Ft. Gordon, GA, in accordance with the state ment of work and location map. The following FAR clauses are incorporated: 52.212-1, 52.212-4, 52.200-4115, 52.204-7, 52.204-8, 52.212-3, 52.212-5, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41, 52.222-42, 52.239-4001. Quotes are due 2:00 pm 28 September 2006; you may submit your quotes via email to sarah.h.emerson@sas02.usace.army.mil , but they must be received by 2pm, 28 Sep 2006. For further information, and to request a copy of the location maps, please email or ca ll Sarah Emerson, Contract Specialist at 912-652-5102.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN01152273-W 20060924/060922221144 (fbodaily.com)
 
Source
FedBizOpps 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.