Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2010 FBO #3252
SOLICITATION NOTICE

F -- Mass Planting of Native Species (Collection, Propagation & Mass Transplanting)

Notice Date
10/18/2010
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office 500 Fir Street Boulder City NV 89005
 
ZIP Code
89005
 
Solicitation Number
R11PS30016
 
Response Due
11/1/2010
 
Archive Date
10/18/2011
 
Point of Contact
Elizabeth Bailey Contract Specialist 7022938460 eebailey@usbr.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
N/A
 
Description
The Bureau of Reclamation has a requirement for Automated Mass Transplanting Services. Services will be required to collect, propagate, deliver and mass transplant native vegetation and where impossible to use mass transplanting, hand plant native vegetation (riparian and marsh). Qualified contractors must have experience and knowledge planting Fremont, Cottonwood, Gooding's Willow, Coyote Willow, Honey Mesquite, Quailbush, 4-wing Saltbush, Cattle Saltbush, Desertbroom, Mulefat, Inland Salt Grass and Marsh Plants within the Lower Colorado River floodplain. The contractor will be required to provide all the necessary equipment (vegetable planter, tractor, fork lift and trucks, etc) and labor. Award is anticipated to be made in January 2011. The performance term is anticipated to begin January 2011 and run through January 2016. There are no option provisions. The resulting contract will be a firm fixed price Indefinite Delivery / Indefinite Quantity Type Award Type award and subject to wage adjustments under the Service Contract Act. The resulting contract will be a firm fixed price award with a Guaranteed minimum award dollar value of $500,000 with a maximum dollar value cap of $10,000,000. For planning purposes, estimated planting schedules will be provided for each of the 5 performance terms. There are no option provisions. This requirement is being issued on an unrestricted basis. The North American Industry Classification System Code is 111421. The solicitation will include a complete description of the requirement and instructions to offerors on how to submit their proposals. The solicitation package will post on FBO on or about November 5, 2010 and shall include a complete description of the requirement and instructions to offerors on how to submit their proposals. Responses to the solicitation will be due approximately 30 days later on or about December 5, 2010. All dates in this announcement are estimated and are subject to change. No other information will be available before the solicitation is posted. The solicitation package and all attachments are only available electronically at www.fedbizopps.gov. There will be no public bid opening as competitive proposals will be evaluated and award will be made using best value source selection criteria. A firm's technical merit will be evaluated and will carry more weight in the award evaluation process than price. The following technical evaluation factors must be addressed by each offeror in their technical proposal; 1. Technical Approcah2. Experience 3. Past Performance doing the same work or similar work. References will be required under the Past Performance evaluation factor. 4. Small Business Subcontracting Plan Any amendments to the solicitation will also be available through Federal Business Opportunities (FBO) (www.fedbizopps.gov) website. All interested parties are responsible for checking the FBO website to ensure that they have the most current information. Offerors are required to have a current registration on the Central Contractor Registration (CCR) to be eligible for contract award. Offerors may register on CCR at http://www.ccr.gov. Should you have any questions, contact Liz Bailey, Contract Specialist eebailey@usbr.gov or call 702-293-8460.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3cc0130fcf0cdbd512ede1d2e257e5d0)
 
Place of Performance
Address: La Paz & Yuma ArizonaRiverside, CA
Zip Code: 85328
 
Record
SN02312359-W 20101020/101018233627-3cc0130fcf0cdbd512ede1d2e257e5d0 (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.