Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

F -- Contract Herbicide Application at Lost Mound Unit, Upper Mississippi River NW & FR, Thompson, Illinois,

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Construction & Acquisition Division, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
30181AQ395
 
Archive Date
9/3/2011
 
Point of Contact
Jeanne Mohlis Contract Specialist 6127135215 jeanne_mohlis@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
SOLICITATION NO 30181AQ395: Contract Herbicide Application at Lost Mound UnitUpper Mississippi River NW & FRThompson, Illinois (i) 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 (ii) The solicitation number is 30181AQ395 and is issued as a request for quotation (RFQ) per FAR Part 13. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43.(iv) This solicitation is a total Small Business set-aside. The NAICS code is 115112 Soil Preparation, Planting and Cultivating. The size standard for Small Business is $5.0M (v) Pricing must be provided for Line Items as follows:Line Item 0001/ 4,000 acres sprayed / Qty: Job/ Period Performance: 9/15/10-10/30/10 / $______________Option: Item 0002 / 4,000 acres sprayed / Qty: Job / Period Performance: 3/1/11- 8/30/11/$ _____________ (vi) Description of requirements: 1. Background:The Lost Mound Unit contains the largest remnant sand prairie in the State of Illinois. The 4,000 acres of prairie contains many Illinois-listed threatened and endangered species, including several plant species that occur nowhere else in Illinois. Prior to the establishment of Lost Mound in 2003, the area was part of the Savanna Army Depot. A primary habitat management tool used at the Depot was cattle grazing to keep the fire danger risk at the lowest level. The cattle grazing option brought in many non-native invasive plant species, especially crown vetch and brome, that have encroached into the remnant sand prairie areas. Crown vetch and brome are an aggressive invader that covers hundreds of acres and has degraded the quality of the sand prairie habitat and negatively impacted native plants and wildlife. 2.Work to be Performed:Crown vetch and brome will be sprayed with the herbicide, using backpack, hand held, or 20-50 gallon sprayer mounted on an ATV. The spraying can also be conducted by any vehicle capable of traveling over sand, could be a 4WD truck, an agricultural tractor, 4 wheeler, 6 wheeler, etc. The spray unit can be a mounted unit or a pull behind unit with a minimum 25 gallon tank, must provide a minimum 10 foot wide spray and have a 25 foot length reel of hose for manual spraying. Vendor will be required to treat patches of all sizes and in a wide variety of terrain. No work will be permitted during rain fall. The applicator will follow all label restrictions and personal protective requirements for mixing and applying herbicides. Spraying will be conducted with winds preferably less than 5 mph, and not to exceed 10 mph. Extreme caution needs to be exercised to avoid over-spray and drift. All mixing of herbicide and filling of herbicide sprayers will be done off the prairie and must be conducted to avoid/collect any spills. If a spill occurs it must be reported to the Refuge immediately and it is the responsibility of the Vendor to clean up the spill. Empty herbicide containers must be properly disposed of as required by Federal Law and off site. All staging and mixing sites must be approved by the FWS. The government will be supplying two herbicides to the contractor: 2.4-D amine for Brome and glyphosate (Roundup pro and Roundup max) for crown vetch. Only one herbicide will be sprayed on any given day. 3.Responsibilities: This project will be performed on a per job basis by a licensed contractor, applying herbicide to patches of crown vetch that are scattered over 4,000 acres of sand prairie. The offeror shall use the government supplied herbicide according to the manufacturer's label directions. The vendor will take direction from the Refuge staff as to when and where the herbicide will be sprayed on any given day. The offeror and all workers on this project are required to take a one hour safety orientation class on precautions to given by FWS staff at the Lost Mound office on site and must follow FWS guidelines for access into Closed Areas under our Memorandum of Agreement with the DOD. The offeror and all workers must be able to identify the plants crown vetch and brome in both growing and dormant season. The offer shall provide equipment and manpower to successfully complete all phases of the job in the time frame indicated herein, provide own transportation and equipment including all-terrain-vehicles (ATV), herbicide sprayers and water transport vehicle. The water transport vehicle must be capable of traveling on gravel roads and carry a minimum of 300 gallons for refilling the spray tank. The government will provide a water source that is available only at the maintenance work area. A minimum two hour notice must be given to Refuge personnel to access the water source. 4. Records:Vendor will keep a record of all applications and a data form will be provided to include; date, time, location, acres treated, chemicals and quantities used, weather including temperature, wind (direction and speed) and dew point. 5. Place of Performance:Work to be performed at Lost Mound Unit, Savanna District, U.S. Fish & Wildlife Service, 3159 Crim Drive, Savanna, IL, 61074. A site visit may be arranged during normal duty hours by contacting: Ed Britton, Refuge Manager at 815-273-2732 x 11 or ed_britton@fws.gov. (vii) The first application of herbicide Line Item 0001 will be in the fall of 2010. The second application Option Item 0002 will be in the spring of 2011. If conditions and maturity level of crown vetch do not allow for application of herbicide to be done in the fall then application will be only done in the spring of 2011. Dates of when the application of the herbicide will take place are to be determined by the Refuge personnel. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and addenda to the provision includes all quotes to be in English and priced in U.S. dollars. Quotes will be based on an hourly rate and vendor must currently hold a valid Illinois Department of Agriculture Commercial Herbicide Applicators License. All workers under the vendor's supervision shall currently hold a Commercial Herbicide Applicators or Commercial Herbicide Operators licenses registered to the vendor's Commercial Herbicide Applicators License. Vendors must list the method/methods they will be using to apply the herbicide and how many workers will be applying it per hour each day. (ix) The award for this acquisition will be based on lowest price, to include the option item. (x) Offerors shall complete and include one completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer or complete ORCA online at https://orca.bpn.gov (xi) FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-06, 52.222-03, 52.222-19, 52.222-21, 52.222-26, 52.225-01, 52.225-13 52.236-07, 52.232-33. (xiii) Additional terms and conditions applicable to this acquisition are as follows: FAR 52.204-7, 52.236-7, 52.217-7 (10/30/2010) (xiv) n/a (xv) Quotes must be received by September 10, 2010 4:00 P.M. Central Daylight Time At the U.S. Fish and Wildlife Service, Region 3, Contracting and Facilities Management Division, Attn: Jeanne Mohlis, 1 Federal Drive, Fort Snelling MN 55111-4056 or email to jeanne_mohlis@fws.gov. (xvi) For information regarding the solicitation, please contact Jeanne Mohlis at 612/713-5215 or jeanne_mohlis@fws.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/30181AQ395/listing.html)
 
Place of Performance
Address: Lost Mound UnitSavanna DistrictU.S. Fish & Wildlife Service3159 Crim DriveSavanna, Illinois
Zip Code: 61074
 
Record
SN02268223-W 20100905/100903235651-6188fb776ec683717bad0344babd8d05 (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.