SOLICITATION NOTICE
F -- Invasive Plant Treatment IDIQ (Base & 4 Opt Yrs)
- Notice Date
- 2/21/2019
- Notice Type
- Synopsis
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- NPS, IMR - Northern Rockies MABO<br />PO Box 170<br />103 Headquarters Loop Road<br />Moose<br />WY<br />83012<br />US<br />
- ZIP Code
- 83012
- Solicitation Number
- 140P1419Q0020
- Archive Date
- 7/31/2019
- Point of Contact
- Fitzpatrick, Alane
- Small Business Set-Aside
- Total Small Business
- Description
- Pre-Solicitation Notice Invasive Plant Treatment IDIQ (Base & 4 Option Years) Grand Teton National Park; Teton County, WY Description: The U.S. Department of the Interior, National Park Service (NPS), Grand Teton National Park anticipates soliciting for invasive plant treatment within the Park boundary, including the following specific types of treatment: 'Front Country Cover Spraying' (includes use of agricultural boom sprayers, tractor operated boom sprayers, or UTV boom sprayers), 'Front Country Spot Spraying' (includes use of backpack sprayers and hand-held sprayer nozzles from Truck or UTV sprayers), and 'Backcountry Trails Spraying' (includes use of animal stock, backpacks, or a combination of both). An Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract is contemplated; however, this is subject to change. The period of performance is anticipated to be for approximately five years, including a Base Year and Four Option Years. Work will include the ground-based survey and application of herbicide to control targeted noxious/invasive vegetation in Grand Teton National Park. Equipment to be utilized and treatment methods will vary by site. The contractor shall furnish all necessary items (except those identified as Government furnished) to safely survey assigned acreage and apply herbicides using ground-operated equipment, in strict compliance with the herbicide labels, including but not limited to: materials, equipment, labor, licensing, supervision, transportation, operating supplies, and incidentals. A variety of common herbicides and adjuvants may be specified to accomplish the work. The Government will provide all herbicides and adjuvants. Work to be performed by the successful contractor will include, but may not be limited to: (a) survey assigned acreages (Sites) for noxious weeds; (b) mixing and applying specified herbicide(s) to the target weed(s); (c) completing and submitting Government provided daily herbicide treatment records; and, (d) the collection of electronic data (includes track logs that capture travel routes while both surveying and applying herbicide). Project Location: Grand Teton National Park; Teton County, WY. Accessibility: Front country treatment sites will generally have road access to project locations and/or project staging areas. Roads may be paved or unpaved and may require 4-wheel drive to access. In front country project areas, there is expected to be non-motorized survey and treatment areas. Within these areas, the Government shall select a method of treatment that meets the contract requirements. Backcountry trails will be non-motorized, however there will be paved or unpaved roads to trailheads or staging areas. Detailed maps will be provided with the task order showing site location, access roads, and staging areas. NAICS: 561730 “ Landscaping Services Small Business Size Standard: $7.5 Million PSC: F006 “ Land Treatment Practices Set Aside: The Government anticipates using a total, 100% small business set-aside. Pre-bid Tour: No pre-bid tour is planned; however, if interest in a pre-bid tour is expressed then one may be scheduled. Contractors are urged to inspect the area where the work will be performed. Interested parties may contact Alane Fitzpatrick, Contract Specialist, at 307-739-3669, with questions related to the project. Interested parties shall take reasonable steps to ascertain the nature and location of the project area and the work to be completed, as well as the general and local site conditions which can affect the work and cost of performance. Failure to take the actions described in this paragraph will not relieve the Contractor from the responsibility of properly estimating the difficulty and cost to successfully perform the work, or from successful completion of the work without additional expense to the Government. The solicitation will be available on approximately 8 March 2019, and can be downloaded at that time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P1419Q0020/listing.html)
- Place of Performance
- Zip Code: 83012
- Record
- SN05228124-F 20190223/190221230013 (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 |