Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2014 FBO #4481
AWARD

S -- Pesticide Contract for McNary am

Notice Date
2/28/2014
 
Notice Type
Award Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF14Q0045
 
Response Due
2/24/2014
 
Archive Date
3/30/2014
 
Point of Contact
Patricia L. Thomas, 509-527-7212
 
E-Mail Address
USACE District, Walla Walla
(patricia.thomas@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912EF-14-P-5035
 
Award Date
2/28/2014
 
Awardee
BAISCH VEGETATION MANAGEMENT, INC. (176541795) <br> 2311 Hanson Loop <br> Burbank, WA 99323-9566
 
Award Amount
$11,235.00
 
Line Number
0001-0005
 
Description
SPECIFICATIONS FOR THE APPLICATION OF PESTICIDE AND FERTILIZATION For MCNARY LOCK and DAM 1. General Base Year. This contract shall become effective on March 1, 2014 and shall continue in full force and effect to and including September 30, 2014, unless terminated as otherwise provided in the contract. The Contractor is to furnish all labor, equipment, chemicals necessary for the application of herbicides and fertilizers to various right-of-way, turf, and non-crop sites on McNary Lock and Dam lands in accordance with the following specifications. NOTE: Mixing of pesticides shall be done only in designated location determined by the COR. Pesticides must be stored in a locked exterior cabinet while on Corps of Engineers property. Utility services (electrical power, water services) required in the performance of the contract can be obtained where available from Government sources within the contract areas or from other sources approved by the COR. Applicator must be licensed in the State of Oregon and the State of Washington for the application of pesticides to industrial, right-of-way, turf weeds, and non-crop sites. Contractor must show proof of licensing in their quote package. All applications of pesticides may be applied by boom application, pressure sprayer, 4-wheeled ATV, backpack sprayer, or hand spreader and in accordance with the product label and State, County, and Federal regulations (See Appendix A). Applications will be according to manufacturer labels and rates for maximum effectiveness on the target species. Contractor shall use dye for bare ground application for accurate accountability. Contractor must prevent spillage and inadvertent or over spraying of target areas. Contractors spraying will not interfere with the normal operation of Government activities. Contractor must notify the COR prior to each application and each day spraying is scheduled, if the weather is questionable, to determine if weather conditions allow spraying. The contractor is required to provide the COR with a current product label and Material Safety Data Sheet (MSDS) for all chemicals being used, including surfactants, stickers, and spray indicators. In addition, the contractor must have this information available at all times while working under this contract. Contractor will be responsible for all damages to non-target plants and areas. Contractor will be required to replace or repair damaged plants and structures with equivalent items. Contractor will be required to complete and return a State of Oregon and a State of Washington (Version 1) Pesticide Application Record or alternate form with all of the required elements included for each pesticide being used at the end of each day's application. Completed forms will be given to the COR or placed in a designated location upon completion of a day's application. http://www.nww.usace.army.mil/Missions/Projects/PestManagement.aspx For Pest Management Program instructions and Pesticide Application Record, use link above. 2. Inspection and Acceptance. The inspection and acceptance procedures specified herein set forth a general policy that only the services performed by the Contractor in strict accordance with the specifications of this contract will merit payment. The COR will implement this policy through spot Government inspection of the services performed and acceptance or rejection of these services. Compliance checks will be made to determine the percentage of coverage of target areas; correct application of pesticides; and amount of over spraying of non-target areas. In cases of unsatisfactory performance, the Government reserves the right to stop performance by the Contractor, and have these services performed by other persons or by its own employees. The Contractor will be responsible for all excess costs by the Government in securing such performance, and the Government is authorized to permanently withhold the amounts payable to the Contractor under the contract. Payment will be based on completion of work items including submission of all required paperwork/reports. This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: What will be monitored, How monitoring will take place, Who will conduct the monitoring, How monitoring efforts and results will be documented. This QASP does not detail how the Contractor accomplishes the work. Rather, the QASP is created with the premise that the Contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government's responsibility to be objective, fair, and consistent in evaluating performance. In addition, the QASP should recognize that unforeseen and uncontrollable situations may occur. This QASP is a quote mark living document quote mark and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the Contractor. Updates shall ensure that the QASP remains a valid, useful, and enforceable document. Copies of the original QASP and revisions shall be provided to the Contractor and Government officials implementing surveillance activities. The following FAR clauses may apply depending on contract type: 52.246-4 Inspection of Services - Fixed-Price 2.1 GOVERNMENT ROLES AND RESPONSIBILITIES. The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (KO) - The KO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The KO shall also assure that the Contractor receives impartial, fair, and equitable treatment under this contract. The KO is ultimately responsible for the final determination of the adequacy of the Contractor's performance. Assigned KO: Aragon Liebzeit Organization or Agency: United States Army Corps of Engineers, Walla Walla District Telephone: 509-527-7227 Email: Aragon.N.Liebzeit@usace.army.mil b. Contracting Officer's Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the Contractor's performance. The COR shall keep a quality assurance file. At the conclusion of the contract or when requested by the KO, the COR shall provide documentation to the KO. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. The Contractor shall refer any changes they deem may affect contract price, terms, or conditions to the KO for action. Assigned Primary COR: David McDermott Title: COR/ Natural Resource Manager Telephone: 541-922-2259 Email: david.f.mcdermott@usace.army.mil c. Other Key Government Personnel: Specialist name: Patricia Thomas Title: Contracting Specialist Telephone: 509-527-7212 Email: Patricia Thomas@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF14Q0045/listing.html)
 
Record
SN03299187-W 20140302/140228234054-ab901b97694e7177fefb1371f9ddde7f (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.