Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOLICITATION NOTICE

F -- Native Shrub Restoration Planting 2010

Notice Date
8/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
10181AQ761
 
Response Due
8/19/2010
 
Archive Date
8/10/2011
 
Point of Contact
Karl Lautzenheiser Contracting Officer 5032312052 Karl_Lautzenheiser@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation from the U.S. Fish and Wildlife Service for a contractor to provide all labor and equipment to plant approximately 435,000 native shrub (e.g. sagebrush) seedlings with specific upland shrub-steppe habitat restoration sites on the Handford Reach National Monument (Grant and Franklin Counties). The U.S. Government will provide: plant materials, maps of the areas to be planted, marking (flagging) of areas to be planted, plant storage, plant transport, oversight of planting activity and coordination with other management activities at the Handford Reach National Monument. Approximately 2,200 acres will be planted, in up to 10 discrete locations. Timing for shrub planting shall be between November 15, 2010 and January 31, 2011. Contractor will have to plant approximately 21,750 shrubs per day to meet the timeline proposed. Contractor would be well advised to consider the appropriate labor requirements to meet the 20 day performance window. Additionally, daylight hours during November and December are limited (sunrise at approximately 07:30 am and sunset at approximately 4:15 pm. Project is 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 10181AQ761 and is issued as a Request for Quotes (RFQ). RFQ 10181AQ761 may be viewed thru a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at "http://www.fedbizopps.gov" or "http://www.nbc.gov". For assistance in downloading information from the National Business Center contact the helpdesk at (703) 487-9870. No further notice will be posted on Fedbizopps. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43, Aug 2, 2010. This is a Set Aside for Small Business. The NAICS is 115112. The small business size standard is 7.0 million. This will be a "best value" procurement with award based on past performance with similar work over the last three years, written work plan indicating precisely how work will be accomplish, including qualifications of key personnel and site supervision; and price. Past performance and work plan with key personnel when combined, are significantly more important than price. The complete statement of work for these services is as follows: SCOPE OF WORK for:Native Shrub Restoration Planting 2010,Hanford Reach National Monument/Saddle Mountain National Wildlife RefugeOverlook Fire BACKGROUND. One of the primary missions of the U.S. Fish and Wildlife Service (USFWS) as managers of the Hanford Reach National Monument/Saddle Mountain National Wildlife Refuge (HRNM/SMNWR) is to protect, manage and restore the native habitats and biodiversity of the Columbia Basin shrub-steppe ecosystem. To accomplish this mission, it is essential to attempt to replace an over story of native shrubs in areas where shrubs have been eliminated. Sagebrush, Rabbitbrush, Bitterbrush and other native shrubs are a critical part of habitat for various wildlife species that use the Monument. Upland shrub-steppe habitat restoration has been identified for areas previously impacted by repeated wildland fires. Specifically, impacts to shrub-steppe habitat related to the "Overlook" fire of July 2007 will be addressed through this scope of work. The "Burned Area Emergency Rehabilitation Plan (BAER)" for the Overlook Fire provide for the planting of native shrubs (e.g. sagebrush) for rehabilitation. The BAER plan indicates that the purpose of these activities are to protect and restore the ecological integrity and site productivity of shrub-steppe plant communities on the Monument in accordance with established management plan guidelines. In addition, restoration activities comply with directives established in USFWS - BAER policy for the protection of ecosystem health, threatened and endangered species, and Native American cultural values. OBJECTIVES. To plant approximately 435,000 native shrub (e.g. sagebrush) seedlingswithin specific upland shrub-steppe habitat restoration sites on the Hanford Reach National Monument. REQUIREMENTS. The Contractor shall provide all labor and equipment to performthe restoration planting as described below. PRODUCT: Provide planting of 435,000 native shrubs on upland areas of theMonument, as identified by the staff of the HRNM/SMNWR. ITEMS FURNISHED BY THE GOVERNMENT: The U.S. Government willprovide: Plant materials, maps of the areas to be planted, marking (flagging) of areas to be planted, plant storage, plant transport, oversight of planting activity and coordination with other management activities at the HRNM/SMNWR. 1. Sagebrush Planting. 1.1 DESCRIPTION OF WORK: Provide all labor, tools, equipment and materials to perform all work in strict accordance with the specifications, plans and timing identified in this document. 2. AREA DESCRIPTION: Specific upland sites of the Hanford Reach National Monument, in Grant and Franklin County, Washington. Staff of the HRNM/SMNWR will identify (flag) specific areas on the ground within these areas. Approximately 2,200 acres will be planted, in up to 10 discrete locations. 3. PLANT MATERIAL; Plant material will be supplied by the Government. Plants will meet technical specifications for plant materials, generally plants a minimum of 5 months old, with roots minimum of 15 cm and maximum of 40 cm, and shrub height minimum of 10 cm. 4. PRINCIPLE ITEMS TO BE ACCOMPLISHED: Plant approximately 435,000 native shrubs (e.g. sagebrush) seedlings, within specific upland shrub-steppe habitat restoration sites on the HRNM/SMNWR. Approximately 305,000 of the plants are bare root stock, while 130,000 are 10 cubic inch tubling stock. The following sub-paragraphs identify specific sub-tasks to fulfill the requirements of this project. 4.1 Upon receipt of the notice to proceed, The Contractor shall plant the shrubs by hand using planting shovels or hoe dad to properly place, space, and compact around each shrub as specified. Notice to proceed shall be based upon sufficient soil moisture, and will be determined by HRNM/SMNWR personnel. Ultimately, the planting shall be accomplished in such manner as to provide the shrubs the best opportunity for survival (i.e. full soil to root contact, proper planting hole depth and orientation to prevent "J-rooting", proper plant spacing, etc.). Holes will be large enough and deep enough to insert plant roots without bending or crushing root fibers. All plant roots will be inserted vertically into the hole, with roots straight to avoid "J" rooting of seedling plants (roots bent at the tip due to shallow hole). Plant roots will be completely surrounded by soil so that no roots are exposed to air. Soil around plant roots will be loose enough so that rootswill thrive and grow, yet compacted enough so that there is no air contact to roots. Attempts will be made to keep any unnecessary soil disturbance to a minimum. Plant materials will consist of approximately 305,000 bare root stock shrubs and approximately 130,000 containerized shrub seedlings. Shrubs shall remain in cold storage until the day they are planted to maintain dormancy. Any extra plants not planted will be stored in cool, dry location each day. 4.2 Spacing and planting patterns. The Contractor shall plant the shrubs in several patterns as determined and directed by the staff of the HRNM/SMNWR. Spacing of the plants shall be on 10-30' foot centers (depending on pattern specified by HRNM/SMNWR staff) and planted in rows, triads, islands, or patches. Staff from HRNM/SMNWR will identify specific sites and planting patterns to be used. Field crew will be instructed on the location, plant spacing, direction of travel, and distance for each plot planted, prior to planting. The goal of this effort is to re-establish a mosaic of shrub colonies that can provide natural regeneration of larger areas,and to provide specific habitat requirements within these areas. 4.3 All bare root seedling plants will have their roots dipped into hydrogel solution to aidestablishment. Contractor shall be responsible for dipping the roots so that the roots are coated with hydrogel prior to planting these plants. Contractor will also be responsible for mixing hydrogel with water and ferrying water to the site for this purpose. Hydrogel solution mix will be provided. 4.4 Other work as necessary to accomplish the above items. 5. INTERFACE WITH OTHERS: Government use of the facilities in this project area isanticipated while the work of this contract is being performed. The work shall be planned and accomplished so that there will be a minimum of interference and inconvenience to other operations taking place on the HRNM/SMNWR. The Contractor shall coordinate with staff of the HRNM/SMNWR to determine what other operations are scheduled to occur in areas effected by this project and to plan planting efforts in coordination with other management activities on Monument lands. 6. TECHNICAL ITEMS: 6.1 ENVIRONMENTAL PROTECTION: All operations performed by The Contractor shall be conducted in compliance with all pertinent federal, state, and local laws and regulations. The Contractor shall be responsible for disposal of any and all waste products generated while fulfilling this contract (except as specified by HRNM/SMNWR staff). All packing materials shall be recycled at local area recycling station when possible. All other wastes shall be disposed of by The Contractor at off site location. Contractor shall utilize existing roads to access planting areas, and shall utilize existing staging areas in the field. 6.2 PROJECT AREA: Wahluke Unit, Hanford Reach National Monument, Grant and Franklin Counties, Washington. 6.3 QUALIFICATIONS: Personnel involved with the execution of this contract shall beexperienced and qualified in the type of work required. Contractor shall provide a written work plan summary, with contract bid, including how they will accomplish the project. Work plan should be concise. 7. TIMING: 7.1 Timing of this shrub planting project shall be between 15 November 2010 and 31 January 2011. Planting dates will be determined by staff of HRNM/SMNWR. Soil moisture must be greater than 10% prior to planting. There must be some precipitation before and some predicted following the planting dates. Upon issue of notice to proceed, the Contractor shall have 2 days to mobilize and begin planting of the shrubs. The Contractor shall complete planting within 20 calendar days after given the notice to proceed. This narrow window of performance is required to take advantage of optimum soil moisture opportunities and to ensure that shrubs retain their integrity. This performance window is subject to potential weather conditions that may preventplanting (i.e. frozen ground). The performance window may be modified based on weather conditions in coordination with, and with approval of, Monument staff. 7.2 It is anticipated that the Contractor will have to plant approximately 21,750 shrubs per day in order to meet the timeline proposed. Contractor would be well advised to consider the appropriate labor requirements to meet the 20-day performance window. Additionally, daylight hours during November and December are limited (sunrise at approximately 07:30 am and sunset at approximately 16:15). TECHNICAL COORDINATOR: Kevin Goldie at 509-546-8300 or email at Kevin_Goldie@fws.gov. Federal Acquisition Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Federal Acquisition Provision 52.212-2, Evaluation-Commercial Items, is included in this solicitation and the evaluation criteria, listed in descending order of importance are 1) Past performance with similar work over the last three years, 2) Written work plan indicating precisely how work will be accomplish, including qualifications of key personnel and site supervision; and 3) Price. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This provision can be obtained from the following web site: https://www.acquisition.gov/far/. Federal Acquisition clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Federal Acquisition Regulation clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and includes applicable clauses under the simplified threshold. Federal Acquisition Provision 52.246-4, Inspection of Services-Fixed Price, applies to this acquisition. Wage determination 1977-0209, revision 40 dated 06/15/2010 applies to this solicitation and can be accessed through web site http://www.wdol.gov/sca.aspx. This announcement constitutes the only solicitation. Quotes can be emailed to the following: Karl_Lautzenheiser@fws.gov. Written quotes must be received no later than close of business on August 19, 2010 and can be mailed to U.S. Fish and Wildlife Service, Contracting and General Services, 911 N.E. 11th Avenue, Portland Oregon 97232-4181, Attn: Karl Lautzenheiser, Contracting Officer. Interested contractors must complete online representations and certifications application (ORCA) at "http://www.bpn.gov" and must be registered in CCR at http://www.ccr.gov to be eligible for an award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/10181AQ761/listing.html)
 
Place of Performance
Address: Mid-Columbia River National Wildlife Refuge Complex64 Maple StreetBurbank, WA
Zip Code: 993238521
 
Record
SN02235029-W 20100812/100810235452-f204e8c3983b3699ccbf4279e2d925e2 (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.