SOLICITATION NOTICE
F -- 2011 Big Oaks National Wildlife Refuge HelicopterHerbicide Spray Project
- Notice Date
- 8/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Construction & Acquisition Division, Region 3 US Fish & Wildlife Service5600 American Blvd. West, Suite 990 Bloomington MN 55437
- ZIP Code
- 55437
- Solicitation Number
- F11PS01105
- Response Due
- 8/18/2011
- Archive Date
- 8/9/2012
- 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. F11PS011052011 Aerial Spray ProjectBig Oaks National Wildlife RefugeMadison, IN (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 solicitaton; proposals are being requested and a written solication will not be issued. (ii) The solicitation number is F11PS01105 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 2005-51. (iv) This solicitation is a total Small Business set-aside. The NAICS code is 115112 Soil Preparation, Planting, and Cultivating, Small Business size standard is $7.0. (v) Pricing must be provided for Line Items as follows:Line Item 0001/Spray with herbicide mixture #1/Qty:200 acres/ Unit Price$____________/ Total Cost $_______________ Period of Performance: FROM: 8-18-2011 TO: 09-20-2011Line Item 0002/Spray 50 acres each with herbicide mixtures #2 through #5/Qty 4 jobs/Total Cost$_______________ Period of Performance: FROM: 8-18-2011 TO: 09-20-2011Line Item 0003/Option 1: Additional 100 acres with herbicide mixture #1/ Qty:1 job / Unit Price$_____________/ Total Cost $_______________ FROM: 9/01/2011 TO: 09-20-2011Line Item 0004/Option 2: Additional 200 acres with herbicide mixture #1/ Qty:1 job/ Unit Price$_____________/ Total Cost $_______________ FROM: 9-01-2011 TO: 09-20-2011Line Item 0005/Option 3: Additional 500 acres with herbicide mixture #1/ Qty:1 job/ Unit Price$_____________/ Total Cost $_______________ FROM: 9-01-2011 TO: 09-20-2011 (vi) Description of requirements: 1. The project entails providing herbicides and applying herbicides with a helicopter at Big Oaks National Wildlife Refuge (NWR). Application will be to grasslands/shrubland areas of various sizes to control invasive trees including black locust, sweetgum, sumac, autumn olive, and to a lesser extent other woody species and invasive plants, such as sericea lespedeza, encroaching into grassland areas. Big Oaks NWR is situated on over 50,000 acres approximately 5 miles north of Madison in southern Indiana about 55 miles north/northeast of Louisville, Kentucky and just north of the Ohio River. The Refuge is rectangular with the approximate dimensions of 15 miles in the north-south direction by 6 miles in the east-west direction. The Refuge occupies land north of the firing line of the former Jefferson Proving Ground. 2. Work to be Performed: Work includes but is not limited to: Contractor shall provide all parts, labor, materials, supplies, and equipment necessary to perform aerial spraying with helicopter of selected herbicides at the rates listed below to treat approximately one plot of 200 with herbicide mixture #! and four test plots of 50 acres each to be treated with herbicide mixtures #2 through #5 (test plots will total 200 acres) for a total acreage of 400 acres to be sprayed with the five herbicide mixtures listed. Maps and project details will be provided. Should bid prices exceed our estimate, we reserve the right to limit the number of acres to be sprayed to prevent us from going over budget on this project. A. Herbicide Mix #1 = 12 oz Viewpoint/acre--0.5 oz Escort/acre/2 pints surfactant (such as Invade 90 or Nu-Film IR) /100 gallons water--Mist-Trol 336 (drift control agent) as needed (ideal conditions preclude use)--Carrier (water) 25 gallons per acre B. Herbicide Mix #2 = 12 oz Viewpoint/acre/1 gallon Krenite/acre--2 pints surfactant (such as Invade 90 or Nu-Film IR) /100 gallons water-Mist--Trol 336 (drift control agent) as needed (ideal conditions preclude use)-- Carrier (water) 25 gallons per acre C. Herbicide Mix #3=16 oz. Polaris/ acre- 7 oz. Milestone VM/ acre-2 oz. Escort/ acre-- 2 pints surfactant (such as Invade 90 or Nu-Film IR) /100 gallons water-- Mist-Trol 336 (drift control agent) as needed (ideal conditions preclude use)--Carrier (water) 25 gallons per acre D. Herbicide Mix #4 = 1.5 gallons Krenite S/acre--20 oz Habitat/acre-2 pints surfactant Invade 90 / 100 gallons water--Mist-Trol 336 (drift control agent) as needed (ideal conditions preclude use)--Carrier (water) 25 gallons per acre E. Herbicide Mix #5 = 1.5 gallons Krenite S/acre--20 oz Habitat/acre--2 pints surfactant (such as Invade 90 or Nu-Film IR) / 100 gallons water-Mist-Trol 336 (drift control agent) as needed (ideal conditions preclude use)--Carrier (water) 15 gallons per acre*NOTE:This mixture would not hold a guarantee as the herbicide manufacturer does not guarantee this carrier rate 2. Safety: Contractor employees will have a history of excellent safety performance./ At all times the Contractor will insure the safety of all personnel involved in the operation including the mandatory use of all prescribed personal protective equipment./ Contractor will insure that each of its employees has read and understands the instructions and precautions on the herbicide labels, MSD sheets, and knows what steps to take in the event of a spill or accidental exposure to the herbicide./ Contractor will have spill kits(s) available to immediately respond to an accidental spill./ Contractor will have fully equipped First Aid emergency kit(s) on site including an extra radio for U.S. Fish & Wildlife Service (USFWS) personnel to provide direct communications to pilot, or have radio capable of using frequency 169.150 RX/TX to communicate with (USFWS) personnel./ All aircraft services and personnel procured under this project shall meet and comply with all Federal, State, and Occupational Safety & Health Administration (OSHA) regulations and Federal Aviation Regulations, including 14 CFR Parts: Part 91 for low level missions / Part 133 for external load operations / Part 135 for air carrier operations / Part 137 for agricultural operations Site Specific Safety Considerations: Big Oaks NWR was established on the former Jefferson Proving Ground, an Army ammunition testing area. Unexploded ordnance is still present on the site and can be encountered on the refuge. The contractor agrees to abide by all local standards, protocols, instructions and briefings related to access to the various sites. Any accident or injury resulting from the contractor's failure to follow instructions will be the sole responsibility of the contractor. 3. Pilot Experience: Indiana license including license to apply herbicides listed above./ Experience using GPS technology (all aspects) in herbicide applications./ Demonstrated leadership and collaborative skills in directing pesticide applications./ One year of herbicide experience in Indiana (not a requirement but would be beneficial). 4. Application performance / Post Application Follow-up: General, the applicator will use industry standard applications techniques. Applications will not be made during inversion conditions, when winds are gusty, or any other conditions which allow drift./ Equipment designed to minimize drift and/or a drift control agent may be added at the recommended label rate./ Pro Team applicators are preferred for this application./ Ability to uniformly deliver application rates of 15-25 gallons per acre./Boom/Nozzle configuration (including controlled pressure and nozzle orientation) that will provide a controlled droplet application. Skips will not exceed 5% of area treated. Pattern spraying will be the norm (squares, strips, and spot spraying) as determined by the USFWS. More than one direction of spraying may be required on dense or tall brush to be determined by the USFWS./ Fully functional GPS guidance system providing parallel swath control, navigation, and data logging that documents/maps the area of applied materials./ Air speed and release height will be optimized to deliver the most effective swath coverage./ Knowledge of the Indiana habitats and experience controlling invasive plants of Indiana using the herbicides listed above. / Company representative must be onsite during application. / Contractor will provide follow-up on-site evaluation up to two times per year and continuing for up to three years.This includes providing herbicide manufacturer representatives for consultation purposes as schedule permits. 5. Mixing and Loading: one or more tank trucks equipped with an agitation system capable of keeping the herbicides evenly distributed in the carrier, plus all necessary pumps, hoses and metering devices to determine correct mixing and loading. Personnel will include at least one qualified person at heliport capable of mixing and loading the required herbicide formulation./ Applied herbicide materials will be batched, or premixed only prior to being loaded in helicopter tank./ A dedicated water transport tank truck with air gap water transfer system./ Batch water must be clean, free of sediment, and procured from pre-approved sources. If necessary, batch water may be drafted in the field./ Equipment used to pump herbicide will not be used to pump water from any source. An air gap must beprovided between the receiving tank and water source./ Contractor will provide mechanical field support, and have available sufficient equipment parts to make timely repairs. / Each herbicide container will be rinsed using standard triple rinsing procedure or the equivalent, and the rinsate added to the tank mix for immediate application to the contract area./ Use of returnable closed system container for herbicides to assure correct mixing of spray loads and reduce container waste in Indiana landfills is preferred. / Applicator will maintain detailed batch records. 7. Insurance: Worker's compensation and Employer's Liability Insurance / Comprehensive General Liability / nsurance (not less than $1,000,000) / Comprehensive Vehicle Liability Insurance (not less than $1,000,000) / Aircraft Liability Insurance (chemical $200,000, property/injury $1,000,000) / Comprehensive Chemical Liability / Property Damage Insurance ($200,000) 8. Guarantee: A guarantee of 90% kill rate of vegetation (as listed in herbicide label) treated with herbicide mix within treatment areas. If treated areas are not within this kill rate, the manufacturerer of the herbicide will provide the chemicals for retreatment. Point of contacts for questions regarding this project: Joseph R. Robb / Refuge Manager / Big Oaks National Wildlife Refuge / 1661 West JPG Niblo Road / Madison, Indiana 47250 / Phone: 812-273-0783 / Cell: 812-701-8737 / Fax: 812-273-0786 / Email: joe_robb@fws.gov Mardean Roach / Administrative Support Assistant / Big Oaks National Wildlife Refuge 1661 West JPG Niblo Road /Madison, Indiana 47250 / Phone: 812-273-0783 ext 10 / Fax: 812-273-0786 / Email: mardean_roach@fws.gov (vii) Dates: FROM: August 18, 2011 TO: September 20, 2011 (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. (ix) The provision at 52.212-2 Evaluation - Commercial Items, applies to this acquisition. This soliciation will be awarded to the prospective offeror whose offer is found technically acceptable and provides the lowest price to the government. (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 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders- Commercial Items, applies to this acquisition.Additional FAR clauses applicable to this acquisition are as follows: FAR 52. (xiii) Additional terms and conditions applicable to this acquisition are as follows:52.236-07 Permits and Responsibilities, D1452.228-7 Liability Insurance-Department of Interior (Jul 96), 52.228-05 Insurance-Work on a Government Installation, 144842.02 Government Liaison-Service Direction, 52.217-06 Option for Increased Quantity, 52.217-7 Option for Increased Quantity-Seperately Priced Line Item. 144842.01 Contractor Performance System (CPS)The Contractor Performance System (CPS) is a Federal, multi-agency, web based system created to collect, maintain, and disseminate contractor performance information as required by the Federal Acquisition Regulation, Subpart 42-115. The system allows contractors to access interim and final evaluation electronically for review, and comment following registration into the system. Contractors receiving awards in excess of $25,000 are required to register in thsi system. You may register using the following website: http://cpscontractor.nih.gov. This site provides instructions on how to register and offers computer-based training for contractor through the "CPS Contractor On Line Training" hyperlink. There is no fee for registration or use of the system. Electronic evaluations are available to registered Contractors for review 30 days from the date the evaluation is sent. (xiv) n/a (xv) n/a (xvi) Quotes must be received by August 18, 2011, 2:00 PM Central Daylight Time. Mail to the US Fish and Wildlife Service, Region 3, Contracting and Facilities Management Division, Attn: Jeanne Mohlis, 5600 American Blvd. W., Ste. 990, Bloomington, MN 55437-1458 or email jeanne_mohlis@fws.gov. (xvi) For information reqarding this solicitation, please contract Jeanne Mohlis at 612/713-5215, jeanne_ mohlis@fws.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS01105/listing.html)
- Place of Performance
- Address: Big Oaks National Wildlife Refuge1661 West JPG Niblo RoadMadison, IN
- Zip Code: 47250
- Zip Code: 47250
- Record
- SN02529103-W 20110812/110810235716-7e795042e3ebaa0e6dd2db79eb70488b (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 |