Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2011 FBO #3494
SOLICITATION NOTICE

68 -- Aerial Application of Herbicide at the Prime Hook National Wildlife Refuge.

Notice Date
6/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U.S. Fish and Wildlife Service - R5 Contracting & General Services300 Westgate Center Drive Hadley MA 01035
 
ZIP Code
01035
 
Solicitation Number
F11PS00826
 
Response Due
6/29/2011
 
Archive Date
6/16/2012
 
Point of Contact
Christal Cutler Contracting Officer 4132538233 Christal_Cutler@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
DESCRIPTION: The U.S. Fish and Wildlife Service (USFWS), Region 5, has a requirement to establish an Indefinite Delivery / Indefinite Quantity (IDIQ) Contract for Aerial Application of Herbicide at Prime Hook National Wildlife Refuge (NWR), located in Milton, Delaware. The period of performance for the base year will be from July 1, 2011 - September 15, 2011, with four (4) Option Years. Award will be made to the qualified contractor who offers the lowest price, per acre. The estimated area is 250 acres/year. The government will supply the herbicides to the applicator. All work is to be performed in accordance with the attached Scope of Work (1 page summary), Map of location (1 page), Project Summary Table (1 page), Herbicide Program Specifications (7 pages), Herbicide Program Specifications - Helicopter (14 pages). Workers are to be paid in accordance with the attached Department of Labor Wage Decision (3 pages). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. This request for quotes is set aside 100% for Small Businesses. The NAICS code is 115112 with a size standard of $7 million. PROVISIONS AND CLAUSES: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC). The following FAR clauses apply to this solicitation: 52.212-01, "Instructions to Offerors - Commercial Items"; 52.212-02, "Evaluation - Commercial Items"; 52.212-03, "Offeror Representations and Certifications - Commercial Items"; 52.212-04, "Contract Terms and Conditions - Commercial Items"; 52.212-05, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", including:52.204-10 "Reporting Executive Compensation and First-Tier Subcontract Awards"; 52.209-06, "Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or proposed for Debarment"; 52.219-06, "Notice of Total Small Business Set-Aside"; 52.219-28, "Post Award Small Business Program Representation"; 52.222-3, "Convict Labor"; 52.222-21, "Prohibition of Segregated Facilities"; 52.222-26, "Equal Opportunity"; 52.222-36, "Affirmative Action for Workers with Disabilities"; 52.223-15, "Energy Efficiency in Energy - Consuming Products"; 52.223-18, "Contractor Policy to Ban Text Messaging While Driving"; 52.225-1, "Buy American Act - Supplies"; 52.232-29, "Terms for Financing of Purchases of Commercial Items"; 52.232-33, "Payment by Electronic Funds Transfer - Central Contractor Registration"; 52.222-41, "Service Contract Act"; 52.222-42, "Statement of Equivalent Rates for Federal Hires"; 52.216-04, "Economic Price Adjustment - Labor and Materials"; 52.216-18, "Ordering"; 52.216-19, "Order Limitations"; 52.216-22 "Indefinite Quantity"; 52.217-08, "Option to Extend Services"; and 52.217-09, "Option to Extend the Term of the Contract". QUOTE SCHEDULE: Contract line item 001, base year, is spraying 250 acres from 07/01/2011 - 09/15/2011; Contract line item 002, option year one, is spraying 250 acres from 07/01/2012 - 09/15/2012; Contract line item 003, option year two, is spraying 250 acres from 07/01/2013 - 09/15/2013; Contract line item 004, option year three, is spraying 250 acres from 07/01/2014 - 09/15/2014; and Contract line item 005, option year four, is spraying 250 acres from 07/01/2015 - 09/15/2015. QUOTATION SUBMISSION: Quote packages must be submitted by 2:00 pm on June 29, 2011. To be considered, all prospective contractors must send their quote package to: U.S. Fish and Wildlife Service, Attn: Christal Cutler, 300 Westgate Center Drive, Hadley, MA 01035-9589. Both hard copy and electronic (email) submissions will be accepted. Facsimile (fax) submissions will NOT be accepted. Electronic address for submission, or to contact with any questions is: christal_cutler@fws.gov. If you are unable to download the attachment associated with this announcement, please contact Christal Cutler at the email address provided above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00826/listing.html)
 
Place of Performance
Address: Milton, DE
Zip Code: 119783759
 
Record
SN02475943-W 20110619/110617234635-35232f5519b1ff218cdefcf942f60f26 (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.