SOLICITATION NOTICE
F -- Aerial and ground herbicide spray services at Sonny Bono Salton Sea NWR
- Notice Date
- 7/23/2014
- Notice Type
- Presolicitation
- NAICS
- 115112
— Soil Preparation, Planting, and Cultivating
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GEEASTSIDE FEDERAL COMPLEX911 NE 11TH AVENUEPORTLANDOR97232-4181US
- ZIP Code
- 00000
- Solicitation Number
- F14PS00924
- Response Due
- 8/13/2014
- Archive Date
- 9/12/2014
- Point of Contact
- KARL LAUTZENHEISER
- E-Mail Address
-
karl_lautzenheiser@fws.gov
(karl_lautzenheiser@fws.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Fish and Wildlife Service, Contracting and General Services Division in Portland, OR has a requirement for aerial and ground herbicide spray service at Sonny Bono Salton Sea National Wildlife Refuge in Calipatria California. Fields are located at the Sonny Boo Salton Sea NWR near the southeast corner of the Salton Sea, Imperial County, California. Specific areas include Unit 1 area and Union fields. Approximately 1,100 acres require treatment. Contract will provide aerial application by helicopter, utilizing medium to course tips. The Refuge will purchase all chemicals and provide rates of application. Chemicals typically needed for spraying include 2, 4-D at 32 ounces with dicamba at 4 ounces per acre, or Glyphosate at 32 ounces per acre, Agri-dex Surfactant or equivalent a 1 gallon per 100 gallons of water and Quest Fertilizer (buffer) at 4 pints per 100 gallons of water. Buffer zones near tree rows ad adjacent neighboring farms will be specified by Refuge staff and must be observed. Required services will be on an on call basis as fields are prepared, weeds have germinated ad ready for aerial or ground spray. Contractor will provide helicopter and license pilot. Base year will run from September 1, 2014 through August 31, 2015. The majority of application needed will be between October 26, 2014 and November 13, 2014 for the base year. Up to four (4) option years may be included and if exercised, will be enacted solely at the discretion of the Government. Requirement is set aside for small business firms. Applicable NAICS code is 115112. Small business size standard is $7.5 million. Associated Statement of Work for this requirement to be included with solicitation package issued hereafter. Basis for award will be best value based upon technical capability, past performance and price. Technical capability and past performance, when combined, are more important than price. Solicitation number F14PS00924 and attachments will be posted to FedBizOpps on or about July 24, 2014 with proposals due by close of business on August 19, 2014. No further notice will be posted on FedbizOpps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical questions, please contact Jorge Ramirez at 760-348-5278. Contracting questions can be addressed to Karl Lautzenheiser at (503) 231-2052 or by email to Karl_Lautzenheiser@fws.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F14PS00924/listing.html)
- Record
- SN03434533-W 20140725/140723235006-bc56a131021cd83d49c62bb5aff2764f (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 |