SOLICITATION NOTICE
F -- Purchase of Native Grass Plugs and planting of same from National Park Service provided seeds. For the restoration of prairie land at San Juan Island National Historical Park, Island County Washington.
- Notice Date
- 7/17/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- PWR - NOCA North Cascades NPS Complex 810 State Route 20 Sedro-Woolley WA 98284
- ZIP Code
- 98284
- Solicitation Number
- E9471071188
- Response Due
- 7/25/2007
- Archive Date
- 7/16/2008
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in Federal Acquisition Regulations, 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. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17. This solicitation is set aside for small business concerns, NAICS 111421, Nursery and Tree Production, with a small business size standard of $750,000 gross receipts each year, for the last three years. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer represents the best value for the Government, price and other factors considered. This RFQ is estimated to be under $20,000. BACKGROUND: San Juan Island National Historical Park (park) has initiated action to restore native prairie habitat within the park's American Camp Unit. During the mid-1800s, the restoration area served as the site of encampment for American military troops during an international boundary conflict between England and the United States. Over many centuries, humans have extensively disturbed and manipulated the area, including use of the site for Native American encampments, a sheep farm, a military installation, and other activities. The items and work provided through this contract will enable the park to finalize the methodology necessary to undertake large-scale restoration of native prairie in the American Camp Unit. Scope of Work: The work of this contract consists of providing native plant material (i.e., "plugs") of two sizes and supplying equipment necessary to plant such material. Work may be performed under a single contract or multiple contracts that best suit the government's needs. Item 1 - Small Native-Grass Plugs. The contractor will provide 200,000 plugs approximately one inch in diameter by 2.5 inches in length. For reference, Plantel Nurseries, Inc.'s "Plantel 192 Tray" provides acceptable dimensions, although other similarly sized planting cells will be acceptable. Of the 200,000 plugs, one-half (i.e., 100,000) will be Roemer's fescue (Festuca roemeri), while the other half (i.e., 100,000) will be Alaska brome (Bromus sitchensis). The park will provide sufficient seed necessary to cultivate one-to-three seeds in each small native-grass plug. Small native-grass plugs must be live, vigorous and weed free. Vigor will be defined by a minimum plug diameter of approximately one inch and root length of approximately 2.5 inches. Plugs must contain only Roemer's fescue or Sitka brome; all other weeds and plant species must be completely eliminated before delivering plugs to the park. Plugs may be fertilized to enhance growth but any such fertilization must cease one-month prior to delivery. Plants also must be "hardened off" prior to delivery to enhance survival following outplanting. The requested delivery date for small plugs is no later than Monday, November 5, 2007. Plugs will be delivered to the park's American Camp Visitor Center on San Juan Island in original planting containers. Item 2 - Large Native-Grass Plugs. The contractor will provide approximately 23,000 plugs approximately 1.5 inch in diameter by 8.25 inches in length. For reference, Stuewe and Sons, Inc.'s "Ray-Leach SC10-size cone-tainer" provides acceptable dimensions, although other similarly sized planting cells will be acceptable. Of the 23,000 plugs, one-half (i.e., 11,500) will be Roemer's fescue (Festuca roemeri), while the other half (i.e., 11,500) will be Alaska brome (Bromus sitchensis). The park will provide sufficient seed necessary to cultivate one-to-three seeds in each large native-grass plug. Large native-grass plugs must be live, vigorous and weed free. Vigor will be defined by a minimum plug diameter of approximately 1.5 inches and root length of approximately 8.25 inches. Plugs must contain only Roemer's fescue or Sitka brome; all other weeds and plant species must be completely eliminated before delivering plugs to the park. Plugs may be fertilized to enhance growth but any such fertilization must cease one-month prior to delivery. Plants also must be "hardened off" prior to delivery to enhance survival following outplanting. The requested delivery date for large plugs is no later than Monday, November 5, 2007. Plugs will be delivered to the park's American Camp Visitor Center on San Juan Island in original planting containers. Option 1: Line Item 0003 - Large Native-Grass Plugs. The contractor will provide up to 77,000 additional plugs approximately 1.5 inch in diameter by 8.25 inches in length. For reference, Stuewe and Sons, Inc.'s Ray-Leach SC10-size "cone-tainer" provides acceptable dimensions, although other similarly sized planting cells will be acceptable. One-half will be Roemer's fescue (Festuca roemeri), while the other half will be Alaska brome (Bromus sitchensis). The park will provide sufficient seed necessary to cultivate one-to-three seeds in each large native-grass plug. Large native-grass plugs must be live, vigorous and weed free. Vigor will be defined by a minimum plug diameter of approximately 1.5 inches and root length of approximately 8.25 inches. Plugs must contain only Roemer's fescue or Sitka brome; all other weeds and plant species must be completely eliminated before delivering plugs to the park. Plugs may be fertilized to enhance growth but any such fertilization must cease one-month prior to delivery. Plants also must be "hardened off" prior to delivery to enhance survival following outplanting. Option 2: Line Item 0004 - Plug Planting. The contractor will provide mechanical equipment and expertise using "no-till" methodology necessary to outplant 200,000 small plugs and up to100,000 large plugs, as described above, within two restoration sites located within the park's American Camp Unit on San Juan Island, Washington. One restoration site is approximately one acre in size; the other restoration site is approximately 1.3 acres in size. Each site will be sectioned off into plots approximately 0.1-acre in size. One-half of the 0.1-acre plots will be planted with small plugs spaced approximately in 12-inch rows with three inches between rows; the remaining 0.1-acre plots will be planted with large plugs spaced approximately in 12-inch rows with six inches between rows. Location of Work: Work to grow native-grass plugs may be completed at any suitable location as determined by the contractor. However, all final plugs must be delivered to the park's American Camp Visitor Center, San Juan Island, Washington. Work to outplant native grass plugs into restoration sites at the park will be conducted at two sites located in the park's American Camp Unit within one-half mile of the American Camp Visitor Center, San Juan Island, Washington. Performance Period: The period of performance will begin upon award of contract(s) and continue through January 31, 2008. Delivery of plugs and planting of same is negotiable within the following time frame, November 2007-January 2008. PRICE SCHEDULE: Item 001: Small Native-Grass Plugs - Quantity: 200,000 - ________ea. ___________total Item 002: Large Native Grass Plugs - Quantity 22,900 - ________ea. ___________total Optional Items: Item 003: Large Native Grass Plugs - Quantity 77,000 ________ea. ___________total Item 004: Plug Planting 1 job: _______________________ PROPOSAL SUBMITTALS: Please submit your quote with all Line Items and Options filled in. Indicate estimated time to ship after receipt of order. These factors, along with price, will be used in the evaluation process to determine the best value. Offerors must review and comply with the FAR provisions/clauses listed below. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with paragraph (b) clauses indicated by number 5, 14, 15, 16, 17, 18, 19, 20, 23, and 31 (if payment by MasterCard is acceptable to the contractor). FAR 52.216-27 Single or Multiple Awards; FAR 52.217-04 Evaluation of Options Exercised at Time of Contract Award. In addition, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, must be completed and submitted with your offer. The deadline for receipt of quotes is July 25, 2007, at 4:30 pm (PDT). Offers shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum, unit price for each item, extended price, proposal submittals as detailed above, prompt payment and warranty terms, whether you will accept payment by MasterCard, contract remittance address, DUNS number, federal tax identification number, name, phone number, and address of your point of contact, and a completed copy of FAR 52.212-3. Submit two (2) proposals to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Marcia Smith, 810 State Route 20, Sedro-Woolley, WA 98284. Contact is Joyce E. Bolin, Contracting Officer at 360-854-7219 or via e-mail at joyce_bolin @nps.gov The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov In order to download the solicitation; vendors must register at http://www.ccr.gov and at http://ideasec.nbc.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2586491)
- Place of Performance
- Address: San Juan Island National Historical Park San Juan Island, Washington
- Zip Code: 982500429
- Country: United States
- Zip Code: 982500429
- Record
- SN01344535-W 20070719/070717221705 (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 |