Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
SOLICITATION NOTICE

F -- Vegetation Removal and Chemical Weed Control Services

Notice Date
3/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - GP-5000 316 North 26th Street Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
R11PS60234
 
Response Due
4/11/2011
 
Archive Date
3/21/2012
 
Point of Contact
Christine Mundt Contracting Officer 4062477805 ;
 
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 for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. In order to facilitate the electronic submission of quotations, Request for Quotation (RFQ) number R11PS60234 is being issued simultaneously to this announcement. Due to file size limitations the Overview Map of the Fryingpan-Arkansas Project Facilities cannot be posted through electronic commerce. Vendors interested in obtaining a copy of this map shall fax a request to the attention of Christine Mundt or Amanda Somerville at (406) 247-7798. The fax must include the vendor's name, address, phone / fax numbers, tax identification number & DUNS number. Reclamation anticipates award of a purchase order for vegetation removal and chemical weed control services on federal property managed by Reclamation's Eastern Colorado Area Office (ECAO). The work under this combined synopsis / solicitation provides for the furnishing of all labor, materials, transportation, supplies (unless otherwise specified), equipment, supervision and other items and incidental services necessary to satisfactorily perform vegetation removal & chemical weed control services. In accordance with the procedures in FAR Part 5 and 12, RFQ Number R11PS60234 is available for viewing through electronic commerce via https://www.fbo.gov and via Reclamation's website at http://ideasec.nbc.gov. The solicitation is being issued as a small business set-aside under the North American Industry Classification System (NAICS) Code 561730, Landscaping Services. The applicable size standard is $7.0 Million. The resulting purchase order will be a firm-fixed price type. Line Item 0001 - Services at Mt. Elbert Pumped-Storage Powerplant Facility (244 ACRES)This line item involves the provision of vegetation removal and chemical weed control services in accordance with the performance based statement of work incorporated in the solicitation. Line Item 0002 - Services at Twin Lakes Dam Facilities (35 ACRES)This line item involves the provision of vegetation removal and chemical weed control services in accordance with the performance based statement of work incorporated in the solicitation. Line Item 0003 - Services at Sugar Loaf Dam Facilities (25 ACRES)This line item involves the provision of vegetation removal and chemical weed control services in accordance with the performance based statement of work incorporated in the solicitation. Line Item 0004 - Services at the Ruedi Dam and Meredith Field Office (23 ACRES)This line item involves the provision of vegetation removal and chemical weed control services in accordance with the performance based statement of work incorporated in the solicitation. Line Item 0005 - Services at Green Mountain Dam and Powerplant Facilities (52 ACRES)This line item involves the provision of vegetation removal and chemical weed control services in accordance with the performance based statement of work incorporated in the solicitation. The amount of acres requiring spraying will be dependent upon observed vegetation infestations. The quantities specified in this notice are estimated quantities for the comparison of offers only. Payment will be made for the services actually provided and no claim shall be made against the Government for overruns or underruns. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The evaluation factors are listed below in order of importance with the technical and past performance, when combined, are more important than price. The Government reserves the right to make award to other than the lowest offer if it is determined that the technical benefits of another offer justify its higher price. The Government also reserves the right to make award to the lowest price offer if it is determined that the price premium involved in awarding to a higher offer is not justified. (1) General Work Plan - The contractor shall provide a written work plan along with their offer. At a minimum, the written work plan shall address the following:(i) Schedule for completing work(ii) General description of operating procedures.(iii) Methods to ensure that structures are thoroughly examined for the presence of wood plants.(iv) Methods of application, i.e. type of equipment to be used in various situations.(v) The herbicide or tank mixes that will be used at each application site in order to achieve objectives. Some application sites have several components with differing objectives and weed species. (2) Pesticide Use Forms - The contractor shall submit completed Pesticide Use Forms, a copy of which is located in Section J of this solicitation, along with their offer. (3) Company Experience / Past Performance - Offerors shall complete the "Reference List" found as an attachment in Section J of this RFQ. In descending order of priority, preferred customers are Federal Government, Statement Government, Local Government and private concerns. Additionally, offerors must have the "Company Experience Questionnaire" completed by at least three (3) customers for which similar work has been previous performed. As it is a determining evaluation factor, offerors are strongly encouraged to inform previous customers of the importance of the timely submittal of the questionnaire. It is the offeror's responsibility to insure that the Government receives the require questionnaires by the time and date specified in the solicitation for Receipt of Quotes. The Questionnaire can be found as an attachment in Section J of this RFQ. The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http://www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-50. The following provisions and clauses apply to this solicitation: FEDERAL ACQUISITION REGULATIONS52.204-07, Central Contractor Registration52.211-18, Variation in Estimated Quantity52.212-01, Instructions to Offerors--Commercial Items52.212-02, Evaluation - Commercial Items52.212-03, Offeror Representations and Certifications - Commercial Items52.212-04, Contract Terms and Conditions--Commercial Items52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial ItemsSpecific FAR clauses included in 52.212-05 that are applicable to this requirement include: 52.219-06, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-03, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment By Electronic Funds Transfer--Central Contractor Registration; 52.233-03, Protest After Award; and 52.233-04, Applicable Law For Breach of Contract Claim52.222-42, Statement of Equivalent Rates for Federal Hires52.223-03 A1, Hazardous Material Identification and Material Safety Data - Alternate I52.223-05, Pollution Prevention and Right-To-Know Information52.228-05, Insurance - Work on a Government Installation52.237-01, Site Visit52.237-02, Protection of Government Buildings, Equipment, and Vegetation52.245-01 A1, Government Property - Alternate I52.246-04, Inspection of Services - Fixed Price52.252-06, Authorized Deviations in Clauses DEPARTMENT OF THE INTERIOR ACQUISITION REGULATION1452.215-71, Use and Disclosure of Proposal Information--Department of the Interior1452.228-70, Liability Insurance -- Department of the Interior RECLAMATION ACQUISITION REGULATIONET 02-20, Authorized Workers Notice to Potential Bureau of Reclamation ContractorsGP-1, Identification of Correspondence GP-2, Government Administration Personnel GP-3, Contractor's Administration Personnel GP-7, Site Security WBR 1452.211-80, Notice of Intent to Acquire Metric Products and Services -- Bureau of ReclamationWBR 1452.223-81, Safety and Health - Bureau of ReclamationWBR 1452.223-83, Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace - Bureau of ReclamationWBR 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of ReclamationWBR 1452.237-80, Security Requirements--Bureau of ReclamationWBR 1452.242-80, Postaward Conference - Bureau of Reclamation Quotes are due no later than Monday, April 11, 2011 by 5:00 p.m. Mountain Daylight Time. All responsible sources who submit a timely quote will be considered for award. Quotes may be submitted electronically, e-mailed to cmundt@usbr.gov or faxed to (406) 247-7798. For further information, vendors may contact Christine Mundt cmundt@usbr.gov or at (406) 247-7805. NOTE 1 - CCR: Effective October 1, 2003, any contractor interested in doing business with the federal government must be actively registered in the Central Contractor Registration. Contractors may register at http://www.ccr.gov. NOTE 2 - ORCA: Effective January 1, 2005, any contractor submitting a quotation, offer or proposal to the government must complete their representations and certifications online. All representations and certifications, which use to appear in Section K, are now located online. To complete the online representations and certifications, contractors shall register in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/03d4b1fd44b650acf050e53d855fd9bd)
 
Place of Performance
Address: Various Fryingpan-Arkansas Project facilities in Colorado under Reclamation's management.
Zip Code: 81228
 
Record
SN02406686-W 20110324/110322234647-03d4b1fd44b650acf050e53d855fd9bd (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.