Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOLICITATION NOTICE

F -- Invasive Plant Treatment (Herbicide & Manual)

Notice Date
6/27/2008
 
Notice Type
Presolicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Western Washington Acquisition Area, Olympic NF, 1835 Black Lake Blvd. SW, Suite A, Olympia, Washington, 98512-5623
 
ZIP Code
98512-5623
 
Solicitation Number
AG-05G2-S-08-0032
 
Archive Date
8/5/2008
 
Point of Contact
Miley B Sutherland,, Phone: 360-956-2471
 
E-Mail Address
msutherland@fs.fed.us
 
Small Business Set-Aside
N/A
 
Description
The Olympic National Forest intends to acquire by contract invasive plant control on the Olympic National Forest using herbicide and manual treatments. Herbicide and manual treatments are listed as separate bid items and solicitations are welcome on either one or both items. The Contractor shall furnish all labor, supervision, equipment, transportation, herbicide, herbicide storage off National Forest and other materials and incidentals necessary to treat invasive plants. The Contractor shall ensure that employees can properly identify invasive plants during the treatment season. The majority of the herbicide treatments are planned for spot spraying, with a small amount of broadcast spraying and hand/selective methods. Nine project areas are located throughout the Olympic National Forest, on both the Pacific and Hood Canal Ranger Districts. The majority of the treatment projects are along roads, with a smaller amount of individual sites, such as campgrounds, trail heads, trails and gravel pits. Performance period is from July 25th to September 15th. All reports are due by October 5th. The government will proceed to issue a Request for Proposal (RFP) solicitation for commercial services under FAR Part 12. Acquisition is set-aside for small businesses. The Forest Service may award one or two contracts. Any resulting contract(s) will be an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for one year, with a one-year option. Minimum amount is $10,000 and maximum amount is $250,000 per contract period. Offerors will be evaluated on: price; experience; and past performance. Contract(s) award will be to the offeror(s) whose offer, conforming to the solicitation, is the best value to the government. Service Contract Act wage rates apply. This solicitation will be available on, or about, JULY 14, 2008. The NAICS Code for this procurement is 115310 and the annual size standard is $12.5 million. All responsible sources may submit an offer which will be considered by the government. In accordance with FAR 4.1102(a), prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Lack of registration in the CCR on the part of the offeror will render an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 888-227-2423, or via the Internet at http://www.ccr.gov//. For additional information contact Mr. Miley Sutherland, Contract Specialist, at 360-956-2471. The technical contact for this project is Ms. Joan Ziegltrum,, 360-956-2320.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ff6f0dfac6995a52fc1a0da1a0dda1d5&tab=core&_cview=1)
 
Place of Performance
Address: Olympic National Forest, 1835 Black Lake Blvd., Suite A, Olympia, Washington, 98512, United States
Zip Code: 98512
 
Record
SN01602805-W 20080629/080627220208-ff6f0dfac6995a52fc1a0da1a0dda1d5 (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.