Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2011 FBO #3352
SOURCES SOUGHT

F -- Loblolly Pine Seedlings--Genetically Improved

Notice Date
1/26/2011
 
Notice Type
Sources Sought
 
NAICS
113210 — Forest Nurseries and Gathering of Forest Products
 
Contracting Office
Department of Agriculture, Forest Service, R-8/SRS Eastern Administrative Zone, 200 WT Weaver Blvd., Asheville, North Carolina, 28804
 
ZIP Code
28804
 
Solicitation Number
AG-4660-S-11-0005
 
Point of Contact
Margaret J. Yeaton, Phone: (803) 725-0239, Reid E. Carroll, Phone: 8037250294
 
E-Mail Address
myeaton@fs.fed.us, recarroll@fs.fed.us
(myeaton@fs.fed.us, recarroll@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ONLY REQUEST This is a Sources Sought Request for information to be used for market research purposes only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from all businesses capable of performing the required services. THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The Government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. Respondents should also note that the Government will not return any information submitted in response to this RFI. Respondents should not submit any proprietary information when responding to this RFI. The formal solicitation will be issued at a later date by a separate announcement. ACQUISITION ITEM The USDA Forest Service Savannah River has an anticipated requirement to purchase approximately 180,000 genetically improved loblolly pine seedlings for a research study on 300 acres at the Savannah River Site in South Carolina. The goal is to obtain a single family, several single family lots, or MCP (mass controlled pollinated) of genetically improved loblolly pine seedlings suitable for planting near New Ellenton, SC. Families produced or utilized in the MCP crosses must be derived from the coastal plain (upper, middle, lower) of SC, NC, or GA. Interest will be considered from nurseries within 275 miles of New Ellenton, SC that are in the southeastern coastal plain (upper, middle or lower). At the time of actual solicitation, the contractor will be required to provide a statement specifying the genetic gain (e.g. gain in height at age 6, rust resistance, stem form) from published or unpublished field trials relative to a known source, such as "756" or other known sources. The standard for bareroot seedlings will be grade 2 and above (5 mm average root collar diameter or better) with a fibrous and balance root system, height range 6-12 inches, undercut/root pruned, balance nutrition, nitrogen content => 1.4 % and disease free. For container stock, the contractor will be required to provide the container size(s) and minimum specification they will achieve with respect to height, diameter, roots, nutrition and disease. Seedlings must be packaged in polyethylene line kraft bags for storage and shipment to New Ellenton. It is anticipated that a solicitation will be issued around October 2011 for lifting and delivery of seedlings between December 2012 and February 2013. SOURCE REQUEST INFORMATION In order to determine the extent of industry interest and experience in the requirement, all contractors interested in providing the loblolly pine seedlings as described must submit a written response (2 copies) to this office (USDA Forest Service-Savannah River, Attention: Margie Yeaton, P. O. Box 700, New Ellenton, SC 29809), email myeaton@fs.fed.us, or FAX (803) 725-0239 no later than by 1 March 2011, 4:00 pm, EST. The responses shall include: 1) Name of firm, point of contact, mailing address, and phone, Tax ID number and DUNS Number. 2) Identification of the appropriate business classification (to include 8(a), HubZone or SDVOSB, small business, or other than small business as indicated at www.ccr.gov (Anticipated solicitation NAICS code is 113210 with a size standard of $7 million). 3) List prior/current corporate experience (private and/or government) performing efforts of similar size and scope within the last three years. Statements should include a brief description of type and quantity of seedlings provided, the dollar value, a customer/purchaser. Point of Contact with phone number, and a description of the experience and how the referenced experience relates to the services described herein. 4) Capability to provide supplies/services described above. A generic capability statement is not acceptable. 5) Location of nursery as it will impact the viability of the seedlings and transportation costs. 6) Delivery and storage capabilities. 7) Published price list and/or catalog if available. All submissions shall be limited to 15 pages and no smaller than 12 pitch font. Telephonic responses will not be accepted. This is not a synopsis or solicitation announcement. Based upon the responses received, the Government will determine the set-aside method (if any) for the procurement. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. The Government will not reimburse the contractor for any costs associated with preparing or substituting a response to this notice. Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. Note that the Savannah River Site is a restricted access Government facility and delivery vehicle searches are done on all vehicles entering the Site. No contraband items, such as guns, ammunition, drugs etc. are allowed on Site. A picture ID of persons entering the Site is required. A minimum of 72 hours is required to process any security badge requests for U.S. Citizens and up to 30 days could be required for non-U.S. citizens.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4568/AG-4660-S-11-0005/listing.html)
 
Place of Performance
Address: USDA Forest Service--Savannah River, 1 mile inside Aiken Barricade, SRS, Bldg 760-15G, Aiken, South Carolina, 29802, United States
Zip Code: 29802
 
Record
SN02367071-W 20110128/110126234151-364926e33f0693c9d1fdbde0cb820d57 (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.