SOLICITATION NOTICE
F -- Invasive Weed Treatment for 2016 - Package #1
- Notice Date
- 5/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
- ZIP Code
- 80401
- Solicitation Number
- AG-82AK-S-16-0012
- Archive Date
- 7/1/2016
- Point of Contact
- Kim A Decker, Phone: 719-852-6211
- E-Mail Address
-
kdecker@fs.fed.us
(kdecker@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment F-Wage Determination 76-1351 Attachment E-Map-2016 Weed ContractsDiv3MVUM Attachment D-Map-2016 Weed ContractsDiv2MVUM Attachment C-Map-2016 Weed Contract Div2MVUM Attachment B-Map-2016 Weed Contract CP2MVUM Attachment A-Map-2016 Weed Contract CP1MVUM Solicitation package Form SF-1449 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 solicitation; a quote is being requested. Solicitation number AG-82AK-S-16-0012 is being issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This project is set aside for small business concerns under NAICS code 115310 Support Activities for Forestry, small business size standard $7.5M. REFER TO ATTACHMENTS FOR COMPLETE SOLICITATION PACKAGE, MAPS AND WAGE DETERMINATION SECTION B - SCHEDULE OF ITEMS............................................................... 4 SECTION C - DESCRIPTION/STATEMENT OF WORK.............................5 SECTION E - INSPECTION AND ACCEPTANCE............. 9 SECTION F - DELIVERIES OR PERFORMANCE................................. 10 SECTION G - CONTRACT ADMINISTRATION DATA......................... 10 SECTION H - SPECIAL CONTRACT REQUIREMENTS...................12 SECTION I - CONTRACT CLAUSES..................... 18 SECTION J - LIST OF ATTACHMENTS.................. 25 SECTION K - REPRESENTATIONS AND CERTIFICATIONS.......26 SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO BIDDERS............................................ 46 SECTION M - EVALUATION............................................................................... 51 Scope of Work: The scope of work provides for recurring and new invasive species control and inventory work on the Conejos Peak and Divide Ranger Districts of the Rio Grande National Forest. It is imperative that the Forest Service seek all available methods of efficiently managing priority invasive species populations within the given funding constraints. The majority of the work will include inventory and treatment along roads, in timber sale harvest areas, along trails and powerline Rights-of-Way though work could also be performed in other project areas including meadows, wildlife areas, trailheads, facilities, and dispersed camping sites among others. Inventory and treatment of approximately 60 nonlinear, motorized acres on the Conejos Peak Ranger District; approximately 80 of nonlinear, motorized acres and an estimated nine (9) motorized linear miles on the Divide Ranger District. Accomplishments will be reported in compliance with the terms, specifications, conditions and provision contained herein. Treatments will occur for Canada thistle, cheat grass, hoary cress (short white top), oxeye daisy, perennial pepper weed (tall white top, ironweed), Russian knapweed, yellow toadflax, or other noxious weeds listed by the State of Colorado and agreed to by the Contracting Officer's Representative (COR). Contractors should use Milestone herbicide to treat every species excluding yellow toadflax. In Mineral County use Telar on yellow toadflax and Contractors may choose which herbicides are applied to other species. The contractor shall furnish all labor, equipment, transportation, supervision, supplies (except those designated as "Government furnished"), incidentals, accomplishment reports, and perform all work necessary to perform noxious weed inventory and treatments as described above. A pre-work meeting will occur with the Contracting Officer, District Range Management Specialists, and the Contracting Officer's Representative prior to commencing work to clarify the terms and conditions of the contract. Maps will be included to identify specific treatment locations. Accessibility The Contractor, in conjunction with the Forest Service, shall ensure all necessary permission has been obtained to gain access to locations. If the Contractor cannot obtain permission to access a location, the Contractor must notify the Government in writing. Accessibility may be determined from maps and digital ortho-quads which will be furnished by the Forest Service. Contractor shall be responsible for adhering to the USDA Forest Service travel management plan, including closures to motor vehicles, unless authorization is obtained. Maps and photos may indicate that a road goes to the location; however, vehicle access may be difficult or restricted. Locations may necessitate that Contractor walk the area or acquire other means of travel. Most roads are typically accessible between the months of May through October, though high clearance vehicles may be necessary on some roads. A four-wheel drive, high clearance vehicle is recommended. The Government assumes no responsibility to maintain roads in passable conditions. For Resource Protection Conditions, Treatment Plan and Schedule, Standards, Government Furnished Items, Place of Performance, Special Qualifications, Contractor Representative, and Liability/Safety Specifications, please refer to the solicitation package attached. Location of project area: The project is within the counties of Archuleta, Conejos, Hinsdale, Mineral, Rio Grande and Saguache on National Forest land. Areas for treatment are outlined on attached maps. Treatment is to occur on Forest Service land ONLY. Inventory of additional areas is included with requirements for data collection. Period of Performance: Contract time from date of award to September 15, 2016. Contractor Furnished Items: 1. GPS Equipment, computer and software capable of meeting specifications 2. Labor, equipment, supervision, transportation, herbicides including, adequate temporary storage facilities, and operating supplies (adjuvants, personal protective equipment, etc.). and other line items to selectively apply herbicides from a ground based operation for the control of noxious weeds 3. Inventory, record, and treat all terrestrial noxious weed sites in accordance with the Rio Grande Invasive Species Action Plan 2016-2019. 4. Inventory and treat all noxious weed species listed on Colorado Noxious Weed List (https://www.colorado.gov/pacific/agconservation/noxious-weed-species). 5. All treated sites will be combined into polygon and point shapefiles with attributes. 6. Final GPS products will be submitted on a CD and include field data files, differentially corrected files and final GIS shapefiles. 7. Submit a finished shapefile for review for the first weeks work, followed by bi-weekly submissions. For Provisions and Clauses that apply to this solicitation, refer to the solicitation package. Refer to: SECTION M- EVALUATION- Provide narrative addressing the following evaluation criteria: Solicitation Attachments: SF-1449 Solicitation package Attachment A- Map-2016 Weed Contract CP1MVUM Attachment B - Map-2016 Weed Contract CP2MVUM Attachment C- Map-2016 weed Contract Div1MVUM Attachment D- Map-2016 weed Contract Div2MVUM Attachment E- Map-2016 weed Contract Div3MVUM Attachment F-Service Labor Standards DATE, TIME AND PLACE OFFERS ARE DUE: Refer to: Provision 52.212-1 and Addendum in SECTION L - FOR INSTRUCTIONS, CONDITIONS AND NOTICES TO BIDDERS for instructions for completion of quote package. Offerors must be registered in SAM/ORCA (see Clause 52.204-7 for registration information or go to website www.sam.gov). SAM registration must be completed to receive contract award. Offerors must respond to all criteria requested. A. Submit proposals no later than Thursday, June 16, 2016, 10:00 am, MDT Email submission of proposals is preferred and acceptable as long as all required information is submitted, including required signatures. Faxed responses will not be accepted. Email proposals to: Kim Decker, kdecker@fs.fed.us or submit via mail or deliver to: USDA Forest Service, Attn: Kim Decker, 1803 W. Hwy. 160, Monte Vista, CO 81144 For information, please contact Kim Decker 719-852-6211 or kdecker@fs.fed.us FOR INFORMATION ABOUT THE PROJECT, PLEASE CONTACT KIM DECKER AT 719-852-6211 OR kdecker@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82AK-S-16-0012/listing.html)
- Place of Performance
- Address: Various locations within the Rio Grande National Forest-See maps, Monte Vista, Colorado, 81144, United States
- Zip Code: 81144
- Zip Code: 81144
- Record
- SN04131330-W 20160529/160527233652-87cb3f6e44b9f74fc1b5f4da67ddb03f (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 |