SPECIAL NOTICE
F -- Cook's Lake Conservation Area Perimeter Maintenance
- Notice Date
- 5/20/2016
- Notice Type
- Special Notice
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
- ZIP Code
- 00000
- Solicitation Number
- R16PS00798
- Archive Date
- 6/4/2016
- Point of Contact
- Schilke, Jennalyn
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice Cook's Lake Conservation Area Perimeter Maintenance This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy is warranted. The North American Industry Classification System (NAICS) Code for this acquisition is 561730, entitled "Landscaping Services". This industry comprises (1) establishments primarily engaged in providing landscape care and maintenance services and/or installing trees, shrubs, plants, lawns, or gardens and (2) establishments primarily engaged in providing these services along with the design of landscape plans and/or the construction (i.e., installation) of walkways, retaining walls, decks, fences, ponds, and similar structures. The small business size standard for NAICS Code 561730 is $7.5 million in annual receipts. BACKGROUND: Cook's Lake Conservation Area (Appendix A) is a wooded wetland located approximately 1.5 miles north of the confluence of Aravaipa Creek and the San Pedro River in Pinal County, Arizona. It was acquired by the U.S. Bureau of Reclamation (Reclamation) as part of 3 separate acquisitions between 1992 and 1997, as Clean Water Act, Section 404, mitigation for the loss of 22 acres of wetland habitat on the Agua Fria River. Marsh habitat was lost as a result of the construction of New Waddell Dam and the modification of Camp Dyer Diversion Dam. Reclamation retains ownership and management responsibility for the property. After its purchase, fencing was constructed around most of the property to preserve wildlife and the habitat they rely on. The fencing needs to be monitored and maintained monthly to ensure it is intact to exclude cattle, horses, and other problems that can degrade habitat quality. If the fence line is breached then actions must be taken to remove all trespass cattle and horses. Northern access to the property is provided by an easement that only requires maintenance as needed. Access within the property is provided by a network of trails that needs to be maintained twice a year. GENERAL: The contractor shall inspect the perimeter fence line, on foot, twice a month (at 2 week intervals). Interior fences do not need to be inspected at the same frequency as the perimeter fence; but shall be inspected and repaired as necessary to maintain the integrity of the fence. The trail through the property shall be inspected and cleared April and August each year unless otherwise requested. The fence lines shall be cleared annually. The work schedule is for 1 base year with the option to extend performance for an additional 4 years (5 years total). OBJECTIVES: Maintenance- Minor fence repairs shall be conducted as part of the normal maintenance and shall be conducted on the day of discovery. Major fence repairs and fence replacement shall be conducted as needed. Reclamation shall be notified and approval granted by the Contracts Officer Representative (COR) prior to initiation of major repairs. Digital images of the major repair areas shall be recorded and sent to Reclamation. Major fence repairs shall be initiated no later than 72 hours after the incident is discovered and Reclamation has been notified of and has approved of the needed repairs. Major fence replacement and repairs shall be completed within a reasonable timeframe. The contractor shall be responsible for repairs to, or replacement of, approximately 13,512 feet of wildlife friendly 4 stranded smooth and barb wire fence, and approximately 1850 feet of 3 rail-pipe fence and an associated cattle trap as needed (Appendix B). All fence lines shall be kept clear of vegetation for approximately 5 feet on both sides of the fence for the purpose of monitoring and fence maintenance unless otherwise directed by the COR. Small trees (less than 5 inch trunk diameter) and shrubs should be removed from the fence line ROW. Where possible trim tree branches rather than remove the entire tree. The Contractor shall not remove any tree with a trunk diameter of over 5 inches without prior approval of the COR. All cut vegetation must be placed a minimum 15 feet from the fence line. Cleared vegetation (small branches and bushes) may be piled in small (less than 4ft) high piles or removed from the property and disposed of at an approved landfill. Cut vegetation will not be left adjacent to the fence. Fallen trees shall be cut into lengths, no longer than 6 feet, and again placed a minimum of 15 feet from the fence line. Logs should not be stacked, but dispersed randomly. All material shall be placed within Reclamation property boundaries. Trees shall not be used as supports, posts, or braces for the fences or gates. The contractor shall furnish all materials for repair of the fences and gates. This includes posts, wire, cement, sand course aggregate, reinforcement and all necessary hardware and accessories for a complete installation and repair. All damaged fence shall be removed unless otherwise authorized by the COR. The wire, posts and all other material removed shall become property of the contractor and removed from the property and disposed of at an appropriate landfill. Mechanical clearing (other than chainsaws) of vegetation is not permitted. Vegetation clearing will be limited to hand clearing methods only. Trail Maintenance- The contractor shall clear and maintain approximately 1.0 mile of trail running through the property which provides access to monitoring wells. This will require semi-annual maintenance of the trail in April and August of each year. Fallen trees shall be cut back to the edge of the trail and the cut material dispersed. Specific clearing times will be coordinated through the COR. Cattle Trespass- The contractor shall be responsible for the removal of trespass cattle from the property. Reclamation shall be notified immediately if trespass cattle are observed within Reclamation's fenced property. Cattle may be baited into the existing trap, maneuvered by dogs or removed via contractor devised, Reclamation approved methods. The cattle trap must be monitored daily when in use. The contractor will be responsible for supplying the trap with hay and water. Water may be obtained at the SRP (Salt River Project) headquarters approximately 1 mile south of the project area. The contractor shall coordinate with SRP for access to water. SRP must be notified anytime cattle trapping operations are initiated. The contractor will be responsible for contacting the Brand Inspector and making all arrangements for disposition of trespass cattle. Cattle may be returned to the lawful owner if they are branded. Cattle may be transported through adjacent landowner (American Smelting and Refining Company [ASARCO] or SRP) property only after prior notification and concurrence from the landowner. Trespass cattle must be confined within a stock trailer or other vehicle sufficiently secured to avoid escape prior to transportation through adjacent property. Cattle shall not be turned loose onto ASARCO or SRP properties. Access and North Access Road Maintenance- Access through SRP property (south of Cook's Lake) or through ASARCO (north of Cook's Lake) has been approved through prior arrangements. The contractor will be responsible for all additional coordination required with respect to trespass cattle removal, monitoring and maintenance. The contractor will be responsible for the repair and maintenance of the north access road through ASARCO. If major repair is needed the contractor will notify Reclamation of the extent of repair and an estimate of cost for approval. Motorized vehicles are not permitted inside the perimeter fence line unless an exception has been preapproved by the COR. This should only be considered in an emergency (injury, fire, etc.) or an exceptional situation identified by both partners. Reports- The contractor shall prepare monitoring reports in an Excel spreadsheet format and emailed to Reclamation monthly. The report should contain the following information (at a minimum); -Inspection Date -Arrival and Departure Times -Name of inspector -Type of repair required and location -Date repair was completed -Presence of trespass cattle -Date trespass cattle were removed -Date, contact person, and discussion synopsis for SRP or ASARCO coordination. -Additional comments as necessary Anticipated/Preferred Qualifications- -Minimum of 20-years prior experience managing property on the San Pedro River occupied by the southwestern willow flycatcher (SWFL; Empidonax traillii extimus) and the western yellow-billed cuckoo (YBC; Coccyzus americanus) -Contractor shall be familiar with songs and calls from the SWFL and YBC -Minimum of 20-years prior experience with removing trespass cattle -Contractor shall be familiar with hydrology trends on the San Pedro River and Aravaipa Creek GOVERNMENT INVOLVEMENT: No substantial involvement on the part of the Government is anticipated for the successful completion of the objectives to be funded by this award. It is anticipated that the Government's involvement will consist of standard federal stewardship responsibilities such as monitoring, project performance, technical assistance at the request of the recipient, etc. CAPABILITY STATEMENTS/REPOSNSES-- Capability statements shall be submitted no later than 4:30 P.M., local time, May 27, 2016, to Ms. Jennalyn Schilke at the e-mail address listed below. The capability statement shall address the work listed above, and shall demonstrate the respondent's ability to perform the requirement by submitting the following: 1. Respondent's Information: (A) company name and address, (B) business size and type (8(a), HubZone, Small Business, etc.), (C) DUNS Number, (D) NAICS code(s), (E) point of contact, including e-mail address and telephone number. 2. Experience: A list of previous projects, completed within the last five (5) years that are similar in scope. 3. Qualifications: A statement that addresses whether the respondent can meet the Anticipated/Preferred Qualifications, as stated above, or if they cannot be met, what qualifications the respondent does have to perform this work. This information will be used to assist the Contracting Officer in developing the procurement strategy, in particular, whether a socio-economic set-aside strategy is appropriate. All responses to this sources sought notice shall be provided to Ms. Jennalyn Schilke via e-mail at JSchilke@usbr.gov. When/If it is determined if a formal solicitation will be issued, a notice will be posted on the Federal Business Opportunities web site at http://www.fedbizopps.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/456198ec90071c79dd70beaab659269e)
- Record
- SN04124458-W 20160522/160520234607-456198ec90071c79dd70beaab659269e (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 |