Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

F -- Utah- Milford Flat Aerial Herbicide Spraying

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-UT UTAH STATE OFFICE* 440 WEST 200 SOUTH, SUITE 500 PO BOX 45155 SALT LAKE CITY UT 84101
 
ZIP Code
84101
 
Solicitation Number
JSQ074123
 
Archive Date
9/12/2008
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement to apply aerial herbicide to approximately 11,128 acres. 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 Solicitation Number for this notice is JSQ074123. 1. Aerial Herbicide Application $____________/Acre $_______________________Total Statement of work: 1.0 GENERAL The Milford Flat Fire Emergency Stabilization and Restoration Implementation Plan calls for herbicide application in fall 2007 with potential follow up applications in spring of 2008, primarily for control of cheatgrass. The purpose of this contract is to secure services for herbicide spraying. The Contractor shall furnish all labor, equipment, tools, supervision, supplies, and incidentals; and perform all work necessary to complete application of Government-furnished herbicide (glyphosate) in accordance with these specifications, the Herbicide Label, and the approved Pesticide Use Proposal. Acres identified in this contract are the total possible treatment acres, actual treatment acres may be slightly less due to unburned islands and other avoidance areas within the treatment units. The timing of the treatments will need to be kept flexible in order to maximize the effects on Cheat grass (Downey Brome). The contractor shall be required to start work within two days after being notified by the Contracting Officers Representative. Apply the spray solution in properly maintained and calibrated equipment capable of delivering the desired volume. Controlling drift is the responsibility of the Applicator. This contract is written to cover the fall application. 1.1 Type of Work: Aerial application of Roundup Pro Concentrate (EPA reg # 524-529) using fixed winged aircraft on approximately 11,128 acres of wildfire burn areas in Millard and Beaver Counties, Utah. Government will provide the herbicide. Contractor is to pick up herbicide from the Fillmore Field Office (or other identified location near the project site as agreed in the pre-meeting) and provide all other supplies, equipment, materials, labor, etc? necessary to conduct applications. Application rates are expected to be approximately 1 qt product mixed with 5 gallons of water per acre (1.25 lbs active ingredient per acre). 1.2 Location: The treatment areas are within the boundaries of the Milford Flat Fire located in Millard and Beaver Counties, Utah. The terrain is mostly gently to moderately sloping, although the southern portion of the fire also has areas of steeper hillslopes and more mountainous terrain. Treatment areas are primarily the valleys and not in the mountainous areas. There are three primary work locations, which are shown on the attached maps. There will be unburned islands and areas with sufficient perennial vegetation within the burn perimeter that will be specified for no application. Acres identified in this contract are the total possible treatment acres; actual treatment acres are anticipated to be slightly less. Treatment and avoidance areas will be identified on a map and GPS coordinates will be provided prior to application. (Refer to section 2.0 Locations). 1.4 Mobilization and scheduling: Contractor must be able to begin the job within two days of notification, between award of the contract (expected September 24 or soon after) and October 31, 2007. Contractor must complete the job within a 14 calendar day period. The application will coincide with an early seed head emergence of Cheatgrass. This is a fall application treatment. Actual performance dates will be determined at the pre-work conference. Once notice to proceed has been issued and received by the contractor, the contract shall be completed within 14 days, weather permitting. 1.5 Personal Safety: Any hazards that may pose a danger to the Contractor's personnel or operating equipment shall be identified and mitigated by the Contractor prior to commencing operations. Contractor is responsible for ensuring all personnel wear personal protective equipment. (Refer to section 7.0 Safety). 1.6 Loading/Landing Facilities: The contractor shall obtain any required landing facilities in accordance with all applicable Federal, State, and Local regulations. The contractor assumes full responsibility and liability for airstrips or landing areas used. 1.7 Herbicide Handling: All handling, mixing, and application of herbicide must be conducted in a safe manner and in accordance with all applicable Federal, State and Local regulations and the Herbicide Label. Contractor is responsible for pickup, safe transport, all mixing and handling, application of herbicide, as well as appropriate disposal (following all local, state, federal regulations) of non-reusable containers and/or return of reusable containers to Monsanto. 1.8 Applicator Logs A. The Contractor shall maintain a daily written log. B. Submit completed daily pesticide application records (blank forms will be provided) to the COR. At a minimum, forms must be submitted on a weekly basis. Alternate records or daily logs may be substituted if agreed in writing with the COR prior to beginning treatments, as long as key information such as application rates, acres treated and weather conditions are documented. 1.9 Work Hours: Herbicide application will be permitted only during daylight hours. Flying shall be done anytime during the day, in which conditions are appropriate for herbicide application or as necessary for scouting project area. 1.10 Application Requirements: A. Application rates and methods will be in accordance with all herbicide label requirements and the approved Pesticide Use Proposal, which will be completed and furnished by the BLM, prior to treatment of BLM managed lands. B. Application shall not be made during rain storms; nor when temperature inversions or winds affect application uniformity; nor when velocity exceeds 10 miles per hour or is less than 2 miles per hour; nor when ground surface conditions are unsuitable (snow or ice on ground). Special attention should be made to implement precautions and recommendations in the herbicide label for minimizing drift. 1.12 Payment determination: The Government will pay for treatment spraying by the acre upon submission of proper invoices, after acreage is determined to have been sprayed by using the computer generated shape file from a GPS Differential Guidance System. 1.13 The Government will have the option to inspect the Contractor's equipment and work before, during, and after completion of this contract. 2.0 LOCATIONS 2.1 The Government will provide work location maps for the sites that are to be treated with herbicide. There are three general treatment areas: Clear Spot, Baker Canyon, and South Twin Peak shown on the attached maps. 2.2 Work sites may be marked by the Government with flagging. However the entire perimeter of the work site may not be marked (portions may be). Areas which are to be included and excluded from herbicide application will be identified by the Government on site at the time of application or as identified on the Project Location Maps. GPS perimeter data will be provided for both treatment and avoidance areas when the contract is awarded. 2.3 The Government will provide GPS perimeter data of the boundaries of all sites that are to be treated with herbicides. 2.4 Restricted Air Space/Flight Hazards: Hazards such as the presence of power lines on the work site and military operations areas (MOA) or restricted flight areas on or near the work site are the responsibility of the Contractor to identify. All appropriate precautions shall be taken by the Contractor. It is the Contractor's responsibility to make arrangements with the appropriate military personnel to get permission to operate within a restricted flight area or MOA. Flight hazards which have been identified by the Government in the Work Location Maps may not be the only hazards present at the work sites and it is the Contractor's responsibility to check all work sites for flight or other hazards. 1.5 Access to the Work: A. Shall be provided by and at the Contractor's expense. BLM will work with Contractor to provide reasonable access on lands under the jurisdiction of the Bureau of Land Management. No new construction of access roads on lands under the jurisdiction of the Bureau of Land Management will be allowed under this contract. B. Public or private access roads damaged by the Contractor shall be restored, at the Contractor's expense, to the same condition they were in at the commencement of work. C. Contractor shall protect all public land survey markers and monuments from damage or removal. If any are damaged or removed by the Contractor, they will be reset by the Government at the Contractor's expense. 3.0 PERSONNEL: 3.1 Certification and Licenses: A. The Contractor shall hold an agricultural aircraft operator certificate issued by the Federal Aviation Administration, and will operate aircraft used in the project as civil aircraft. Aircraft use will be in compliance with 14 CFR Part 137, Agricultural Aircraft Operations. End product Contractors using aircraft as a tool to fulfill contract requirements will meet the PPE standards in 351 DM 1, Aviation Life Support Equipment Handbook. B. Pilots: Shall be furnished by the Contractor and shall meet certification requirements of Federal Aviation Regulations for this type of work. C. The Contractor's applicators and Pilot must hold a current Utah Commercial Applicator's License with certification in the Agricultural Plant and Aerial Categories. A copy of these licenses shall be furnished to the Contracting Officer's Authorized Representative (COR) before any work on this contract may commence. 3.2 Ground Crew: Shall be furnished by the Contractor for handling and mixing the herbicide and loading the equipment, and all other operations necessary for completing work items under this contract. The Contractor shall furnish the necessary qualified mechanics for maintenance of equipment and shall furnish all fuel, oil, and service required for operation of equipment and vehicles. All expenses relating to maintenance and operation of equipment shall be included in the unit price bid per acre for herbicide spraying. 4.0 CHEMICALS 4.1 The Government will supply all the glyphosate chemical herbicide necessary to complete the specifications of this contract. Intended product is Roundup Pro Concentrate (EPA Reg. No. 524-529). 4.2 Chemical herbicide application rates for selected species are listed on the container label. The contractor shall adhere to the application rate the Government has determined for each site. Application rates are expected to be approximately 1 qt product mixed with 5 gallons of water per acre (1.25 lbs active ingredient per acre). Any variations on this will be discussed at the pre-work meeting. The rate will be within the product labels rate for the intended purpose. 4.3 Mixing and Loading: Contractor will do all handling and mixing of the herbicide in a safe and knowledgeable manner. All mixing and loading sites will be pre-approved before use by the government or landowner. Labor to mix and load water and herbicides shall be furnished by the Contractor. Contractor shall furnish all water required for the projects, unless pre-arranged with the government. 4.4 Adjuvants A. Drift agents may be used. If a drift control additive is used, read and carefully observe the cautionary statements and all other information appearing on the additive label. The Contractor shall provide the drift agent. Controlling drift is the responsibility of the Contractor. B. If the Government desires that dye be used for marking sprayed areas, it will be provided by the Government. C. All drift agents and dyes shall be handled as chemicals. (See Section 7.0 - Safety). D No additional payment will be made to the Contractor for the use of Contractor furnished drift agents or Government-Furnished dyes. These expenses shall be included in the unit price bid per acre for herbicide spraying. E. No surfactants shall be used, unless otherwise approved in the Pesticide Use Proposal and agreed to in writing prior to commencement of work. F. Dust abatement - Any material used for dust abatement, other than water, shall be approved by the Contracting Officers Representative prior to use. 5.0 EQUIPMENT 5.1 General: A. The Contractor shall spray designated areas in conformance with these specifications, the herbicide label, and approved Pesticide Use Proposal. Unless otherwise specified, the Contractor shall furnish all equipment, labor, supplies, and materials required to complete the job. The Contractor shall furnish properly equipped equipment with applicators experienced in applying herbicides in rough terrain. The Contractor shall service and repair his/her equipment as necessary to maintain satisfactory progress on work. Contractor is responsible for all costs incidental to equipment move-in and move-out associated with the project. B. The Contractor shall furnish sufficient equipment to satisfactorily spray the designated areas in the time specified as required in the Detailed Specifications. Equipment shall be capable of traveling at moderate speed to give proper control and distribution of herbicide. Equipment shall have communications with the Government by using radio frequencies designated by the Project Inspector. C. Flagging Materials and Equipment: If used in conjunction with GPS system, shall be furnished by the Contractor, otherwise may be supplied by Government. 5.2 Base of Operations: The Contractor shall provide such loading facilities as may be required for competent performance of contract. If loading sites are shown on the Work Location Map, the Government makes no warranty as to their availability or condition. Use of any loading area shall be arranged by and at the discretion and risk of the Contractor, and the Government shall not be held responsible for any loss, mishap, or accident due to conditions of any loading facility used. Any applicable fees for loading facilities are the responsibility of the Contractor. If Contractor wishes to use BLM land, this must be approved in advance by the Project Inspector. The Contractor shall provide appropriate warning signs for traffic if roads are used as loading sites. 5.3 Aircraft A. General: 1) The Contractor shall furnish aircraft to apply herbicide to the designated areas in the time specified. Aircraft must have communications provided by the Contractor with the ground crew and the Government Inspector. 2) Contractor shall furnish properly equipped aircraft with pilot(s) experienced in applying herbicides on rough terrain in high temperatures. 3) Type: aircraft used shall be fixed wing only. 4) Requirement - A GPS Differential Guidance System. Contractor shall be required to utilize this Differentially Corrected Global Positioning System (DGPS) for electronic Navigation. System is capable of utilizing ArcView or ARC-INFO shape files created by the government and given to the contractor on a standard HD 1.44 mb, 3.5 inch floppy disk or USB memory stick. B. Differentially Corrected Global Positioning System (DGPS) 1) Navigation - DGPS is required for tracking, and data collection. The Contractor shall provide all guidance equipment, materials, computers, printers, personnel, and services required for the system to be used. The system shall be sufficiently sensitive to provide immediate deviation indications (real-time). The DGPS system must be capable of determining a differentially corrected location with an error of no more than one to two meters in the horizontal plane. The guidance system shall be capable of updating current position at a rate of a minimum of one time per second. Differential correction must cover the complete operational area. During operation, differentially corrected signal must be accurately recorded at least 90% of the operational time. Differential correction may be provided by a portable differential station, FM radio fixed towers, or satellite. Software provided with DGPS must be designed for parallel offset in increments equal to the assigned swath width of the application equipment 2) DGPS Equipment Requirements - Software: Software provided with DGPS must be designed for parallel offset in increments equal to the assigned swath width of the application equipment. Project Log: Must be capable of a minimum rate of one-second logging intervals. Full record includes position, time altitude, speed, track, application system on/off, job name/number, and differential correction status. The computer program must be capable of calculating and show total acres treated during the application and also capable of downloading to a computer for analysis and review. The project log must show and differentiate between spray-on and spray-off when viewed on a computer monitor or printer. Export files of each project log shall be provided and must be compatible with ArcView or ARC-INFO GIS system on a standard HD 1.44 mb 3.5 inch floppy disk or USB memory stick. The Contractor may provide software that is compatible and which will enable the files to convert into viewable files for ArcView or ARC-INFO GIS. The contractor must, upon request by the COR or Project Inspector, be able to supply project log data on a 3.5 inch floppy disk or USB memory stick for review at any time during the contract. The Contractor will provide project log data at the end of each day's application. The Contract will not be considered complete until the data has been reviewed and deemed complete with no skips in the sprayed areas. The DGPS system must be capable of zooming in on any portion of the treatment to view a specific area with greater detail. Hardware: Visual Display Monitor and Control Keypad: (1) Capable of displaying swath width over project path: (2) mounted in a location that will allow the applicator to view the screen; (3) have a method to display nested polygons to indicate sensitive or no-spray areas within or adjacent to treatment blocks: (4) have a feature that allows the applicator to return to the exact location of application shutdown and complete application without omitted or doubled treated areas: (5) be able to input reference waypoints (A-B line): (6) have a feature which alerts applicator when they are about to enter or exit a specific treatment block or an exclusion area within a block: Course Deviation Indicator (CDI): The course deviation indicator or course deviation light must have the capability to display both cross-track error and intercept angle to desired heading. Cross-track error shall be adjustable down to (1) foot. Memory: Must be capable of storing up to 8 hours of continuous project log data. 5.4 Herbicide Dispensing Equipment: A. Aircraft shall be equipped to carry herbicide with a positive metering device complete with release, shutoff, timer, and application device which can be calibrated for application of at the prescribed rate and uniform pattern. B. Spray solutions of the product shall be mixed, stored and applied using only stainless steel, aluminum, fiberglass, plastic or plastic-lined steel containers. C. Spray Nozzles - Contractor shall furnish a nozzle type that is designated for the intended application. Refer to the Label for proper nozzles to comply with Drift Management Section. D. Booms - Contractor shall furnish non-rust booms. The distance of the outermost nozzles on the boom must not exceed 3/4 the length of the wingspan or rotor if aircraft is utilized. E. Tests for Rate of Application: Rate of herbicide application will be determined from test flights and calibration made prior to commencement of operations to establish setting of the distribution mechanism. Test flights and calibration checks will be made as often as necessary to ensure the distribution mechanism is calibrated correctly. 6.0 EXECUTION OF WORK 6.1 PREPARATION: A. A pre-work conference will be held prior to the start of the work. The Contractor will be notified in advance of the meeting time, date and place. The purpose will be to review required work, project maps, and specifications and administrative provisions of the contract. The Contractor, subcontractors and persons responsible for coordination of the work shall be present at the meeting. Progress meetings may be held at the project site(s) as determined by the COR. Meetings may be called by either the COR or the Contractor. The schedule shall be submitted at the pre-work conference. When requested, the Contractor shall submit an updated schedule within 3 calendar days. At a minimum, the estimated start and completion dates shall be shown. B. Priority of Work: Units will be sprayed in the order as directed by the COR. Each unit shall be completed prior to moving to the next unit unless otherwise agreed to by the COR. C. Restricted Areas: The Contractor shall comply with any airspace restrictions and shall obtain clearance to enter any prohibited or restricted airspace. 6.2 EXECUTION: A. General: The entire surface within the designated boundaries of the project area shall receive uniform coverage with the herbicide except areas excluded by the Government. Areas excluded from the herbicide operation within the designated boundaries, will not be included in the acreage computed for payment. B. Resource Damage: Flagged Archeological Sites and Section Corners located within the project area shall not be disturbed by the Contractors operations. Existing access roads damaged by the contractor shall be restored, at the Contractor's expense, to the same condition they were in at the commencement of work. C. Flight Hazards: If contractor aircraft are utilized, hazards such as the presence of power lines on the work site and military operations areas (MOA) or restricted flight areas on or near the work site are the responsibility of the Contractor to identify. All appropriate precautions shall be taken by the Contractor. It is the Contractor's responsibility to make arrangements with the appropriate military personnel to get permission to operate within a restricted flight area or MOA. Flight hazards which have been identified by the Government in the Work Location Maps may not be the only hazards present at the work sites and it is the Contractor's responsibility to check all work sites for flight or other hazards. D. Environmental Conditions 1) Work Period - Spraying Operations will be permitted only during daylight hours. The Contractor will have personnel on project site prior to commencing daily application, during application, and will notify COR or Project Inspector of changing weather conditions. The COR or Project Inspector will allow Contractor to continue or stop application if weather factors dictate. Application shall not be done during a rainstorm, snow, or when the ground is frozen. 2) Wind: The Contractor shall follow the Label Section on Spray Drift Management. Local wind can influence wind patterns. Every applicator should be familiar with local wind patterns and how they affect drift. Aerial application of herbicide shall not be done when the wind is not at a minimum constant velocity of two (2) mph or exceeds fifteen (15) mph. ADDITIONAL INFORMATION WILL BE ON AMENDMENT TO SYNOPSIS NO. 1
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1351504)
 
Record
SN01406113-W 20070915/070913222706 (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.