SOLICITATION NOTICE
F -- U.S. Fish and Wildlife intends to establish a BPA for the restoration of 3500 acres of native warm season grass and wildflowers over various counties.
- Notice Date
- 4/20/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Contracting and Facilities Management, Region 3 US Fish & Wildlife Service 1 Federal Drive, Room 652 Fort Snelling MN 55111
- ZIP Code
- 55111
- Solicitation Number
- 301817Q007
- Response Due
- 4/30/2007
- Archive Date
- 4/19/2008
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation to establish a Blanket Purchase Agreement (BPA) for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes notice of intent to establish BPA pricing and discounts to support requirements identified in paragraph vii. (ii) Incorporate this No. 301817Q007 into your submission. (iii) This combine synopsis/solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. (iv) This is a Small Business Set Aside under Federal Acquisition Regulation (FAR) 6.203 and 19.5. The North American Industrial Classification System (NAICS) code is 561730 - Landscaping Services (v) Line Item 0001: Standard seed package. Line Item 0002: Individual grasses and forbs. Line Item 0003: Planting Line Item 0004: Spraying (vi) N/A (vii) U.S. Fish and Wildlife intends to initiate a commercial Blanket Purchase Agreement (BPA) to restore 3500 acres of native warm season grass and wildflowers in the Lower Peninsula of Michigan over a 55 month period. Stations involved in the BPA include: East Lansing Field Office, Shiawassee National Wildlife Refuge and the Michigan Private Lands Office. Furnish all efforts and materials for the annual establishment of approximately 700 acres of native warm season grasses and forbs on randomly located sites ranging in size from 15 acres to 110 acres within the Lower Peninsula of Michigan. MATERIALS: Each acre shall typically be planted with a standard seed mix as identified below. Planting rates (oz/acre or lb/acre) may vary and additional grasses and forbs may be specified by the Service on a site by site basis. Taxes and shipping costs shall be included in all pricing of the materials. STANDARD SEED PACKAGE: Standard native grass and forb mix includes: Native Grasses - Planted at a base rate of 5.0 lb/acre of PLS: Big bluestem (Andropogon gerardi) Rountree variety @ 2.25 lbs/acre of PLS Indiangrass (Sorghastum nutans) Rumsey variety @ 2.25 lbs/acre of PLS Switchgrass (Panicum virgatum) Trailblazer or Cave in Rock varieties @ 0.5 lbs/acre of PLS Native Forbs - Planted at a base rate of 16.0 oz/acre Black eyed Susan (Rudbeckia hirta) @ 4.0 oz/acre Partridge Pea (Cassia fasciculata) @ 4.0 oz/acre Yellow Coneflower (Ratibida pinnata) @ 4.0 oz/acre Purple Prairie Clover (Petalostemum purpureum) @ 4.0 oz/acre Standard Seed Package price per acre $___________.. INDIVIDUAL NATIVE GRASS AND FORB PRICE LIST: Little bluestem ( Schizachyrium scoparium) Blaze or Aldous variety @ 1.0 lb/acre of PLS. $______ Big bluestem (Andropogon gerardi) Rountree variety @ 1.0 lb/acre of PLS. $_____ Indiangrass (Sorghastum nutans) Rumsey variety @ 1.0 lb/acre of PLS. $_______ Switchgrass (Panicum virgatum) Trailblazer or Cave in Rock variety @ 1.0 lb/acre of PLS. $_________ Black eyed Susan (Rudbeckia hirta) @ 1.0 oz/ac $________ Partridge Pea (Cassia fasciculata) @ 1.0 oz/ac $_________ Yellow Coneflower (Ratibida pinnata) @ 1.0 oz/ac $________ Purple Prairie Clover (Petalostemum purpureum) @ 1.0 oz/ac $_________ Lance-leafed coreopsis (Coreopsis lanceolata) @ 1.0 oz/ac $________ Pale purple coneflower (Echinacea pallida) @ 1.0 oz/ac $_______ Purple coneflower (Echinacea purpurea) @ 1.0 oz/ac $__________ Yellow/gray headed/Prairie coneflower (Ratibida pinnata) @ 1.0 oz/ac $_______ New England aster (Aster nova-angliae) @ 1.0 oz/ac $_________ Price quotes include BPA discount of ___% to the U.S. Fish and Wildlife Service, which is also applicable to any other non-specified grasses and forbs ordered off the resultant BPA. Herbicide applications will be applied: Within 7 days after the planting date, each acre shall be treated with the following herbicides at the designated rate: Glyphosate@ 2 quart/acre, Pyridine carboxylic acid@ 3 oz./acre, 2,4-D Amine@ 1 quart/acre. Spraying cost per acre $ _______. PLANTING: Grasses and forbs shall be planted using a no-till drill. The vendor shall demonstrate the ability to plant the grasses in rows that are 20 inches apart, with forbs planted in between each grass row. All plantings should be completed during the optimum planting period, which is typically June 1 through June 10. The 10 day optimum planting period may be adjusted, as needed, by the Service, in consultation with the vendor, due to unforeseen circumstances including, but not limited to, soil moisture and weather conditions. Planting cost per acre $ _______. CONTRACTOR QUALIFICATIONS: U.S. Fish and Wildlife Service requires the BPA holder to meet the following criteria. LICENSE AND CERTIFICATIONS: Herbicide application shall be completed by a Michigan Department of Agriculture (MDA) licensed applicator [provide MDA license number(s) and categories]. The herbicide applicator shall also be QVM (Quality Vegetation Management) certified for wildlife habitat. INSURANCE: Vendor shall have a minimum of $1,000,000 general liability insurance, and a minimum of $500,000 workers compensation liability insurance. WARRANTY: A written warranty shall be provided, guaranteeing at 24 months after the planting date, each acre planted will exhibit a minimum of 4 identifiable plants within a randomly placed 2' x 2' sample grid. The 4 identifiable plants shall be species from the above referenced seed mixture. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). All calls issued under this Blanket Purchase Agreement, will be subject to the appropriate wage determination for that discipline and location. See Wage Determination No.:2005-2269 Revision No.:2, Date of Revision: 11/21/2006. Wage Determination No.:2005-2271 Revision No.:2, Date of Revision: 12/19/2006. Wage Determination No.:2005-3011 Revision No.:3, Date of Revision: 11/222006. Wage Determination No.:2005-2231 Revision No.:2, Date of Revision: 11/21/2006. Wage Determination No.:2005-2275 Revision No.:2, Date of Revision: 12/19/2006. Wage Determination No.:2005-2271 Revision No.:2, Date of Revision: 12/19/2006. Wage Determination No.:2005-3029 Revision No.:2, Date of Revision: 11/27/2006. These determinations may be viewed in their entirety at http://servicecontract.fedworld.gov/ (ix) EVALUATION FACTORS: The BPA will be made based on Qualifications, Past Performance Information, Pricing, and Discount. Past performance factors will be 1) Equipment and any planting techniques you have used to establish native grasslands, 2) Your experience in establishing native grasslands (years, acres, staff), 3) Any guarantee you offer in establishing native grasslands, and 4) Any recognition you have received for completed native grasslands. (x) Each offeror shall complete, and include with its submission, FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Failure to submit this provision, properly completed, may result in a non-consideration of your company for a BPA (xi) The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items pertains as applicable to this acquisition. The following FAR clauses cited in the clause are applicable to this solicitation: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, 52.232-36, 52.222-41. (xiii) [N/A] (xiv) [N/A] (xv) [N/A] (xvi) Pricing, qualifications and past performance information are due to the U.S. Fish and Wildlife Service, Region 3, Contracting and Facilities Management Office, 1 Federal Drive, Fort Snelling, Minnesota 55111-4056 by 4:30 p.m. CDT on May 2, 2007. Offerors may submit their responses by mail or facsimile transmission to the attention of Sharon Hepper. The fax number is 612-713-5151. Your responses must include a completed FAR Clause 52.212-3 and be signed and dated by an offeror's authorized representative. (xvii) Questions about this synopsis/solicitation should be directed to Contract Specialist Sharon Hepper at telephone number (612) 713-5277.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144853&objId=140619)
- Place of Performance
- Address: Lower Peninsula of Michigan
- Zip Code: 55111
- Country: USA
- Zip Code: 55111
- Record
- SN01278187-W 20070422/070420221426 (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 |