Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2017 FBO #5699
SOURCES SOUGHT

F -- NATIVE GRASS AND FORB SEED INCREASE AND SUPPLY

Notice Date
6/29/2017
 
Notice Type
Sources Sought
 
NAICS
111998 — All Other Miscellaneous Crop Farming
 
Contracting Office
BLM OC NOC INFRASTR SEC (OC662) DENVER FEDERAL CENTER BLDG. 50 POB 25047 DENVER CO 80225 US
 
ZIP Code
00000
 
Solicitation Number
L17PS00762
 
Response Due
7/6/2017
 
Archive Date
10/31/2017
 
Point of Contact
Blodgett, April
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for market research purposes to identify interested vendors for the potential requirement detailed below. A formal solicitation and performance work statement are not available. Additionally, in accordance with FAR 19.5, Set-Asides for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement, should it come to fruition. The Bureau of Land Management (BLM) has a potential need for NATIVE GRASS AND FORB SEED INCREASE AND SUPPLY. The Bureau of Land Management (BLM) has a long-term need to supply native plant materials for federal land management rehabilitation, restoration and reclamation efforts. Common uses for native grass and forb seed include; wildfire stabilization and rehabilitation, habitat improvement projects, revegetation of roads, reclamation of construction sites and other developments, mitigating erosion and sediment movement into streams, as well as the control and prevention of invasive plant species spread. The National Seed Strategy (2015) Goal 1 is to ensure the reliable availability of genetically appropriate seed Scope of the requirement includes: The object of this contract is to procure source-identified seed, and increase seed originating from wildland collected seed sources into larger quantities required for stabilization, reclamation, rehabilitation and restoration projects on federal land. Seed ordered under this contract will be used by the BLM within the states of Alaska, Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, Washington, and Wyoming. All seed delivered to the Government shall be source identified (SI) certified native seed under the AOSCA certification program for Pre-Variety Germplasm (PVG). The Contractor shall provide all acreage, labor, supervision, equipment, tools, materials, supplies, facilities, fees, laboratory tests, seed certification, records, and transportation necessary to collect, cultivate and produce cleaned and tested native seed that meets crop and seed contract quality and quantity standards from species listed in the delivery orders. This includes all field application, seed crop certification and seed testing fees. A fully implemented irrigation system may be required for some species. The Government will provide the eligible stock seed requested and the seed analysis report for the lot to the grower at least a month prior to sowing for the sowing year. The seed analysis report includes: 1) species, germplasm identification term, source location, year of collection, seed generation (G0-G3), 2) seed viability, pure seed content, inert content, weed and other crops seed content and percent and, 3) year tested. The Contractor bears the responsibility for seed certification. The North American Industry Classification System (NAICS) code is _111998_ and the size standard is $0.75 Million. All business concerns who believe they can responsibly perform this requirement should submit the following information to the contract specialist no later than 5 p.m. EST, July 6, 2017: 1.Capability statement describing corporate expertise and technical qualifications in the work described above. 2.Past performance information describing other contracts for similar services your company has been awarded. Past performance information should be submitted for projects conducted within the last three years and include: project title, location, whether the work was as a prime or subcontractor, contract number, if available, and total dollar amount and date. 3.Company name, address, email address of government point of contact, phone number and must provide DUNS number. Please indicate whether you are a small or large business based on the NAICs and business size standard provided within this notice. 4.Any other information that will prove the vendor is capable of performing the required effort. Submissions should be emailed to the attention of April Blodgett, Contract Specialist, ablodgett@blm.gov, 303-236-9433. Responses should be limited to 3 pages (single-sided). NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for proposals. The Government does not intend to award a contract based on responses received under this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L17PS00762/listing.html)
 
Record
SN04562730-W 20170701/170629235356-f53e3bffc7a4b1274769cc482e32427f (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.