Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27, 2001 PSA #2796
SOLICITATIONS

99 -- AGRICULTURAL-TYPE HELICOPTER WITH PILOT TO DISTRIBUTE HERBICIDE

Notice Date
February 23, 2001
Contracting Office
USDA, APHIS, Field Servicing Office, Butler Square West, 5th Floor, 100 North 6th St., Minneapolis, MN 55403
ZIP Code
55403
Solicitation Number
APWSWRND-0006-1
Response Due
March 15, 2001
Point of Contact
Joanne Mann (612) 370-2241
E-Mail Address
/presol (Joanne.Mann@aphis.usda.gov)
Description
The USDA, Animal and Plant Health Inspection Service (APHIS), Wildlife Services (WS), 2110 Maria Circle, Bismarck, ND, intends to procure an agricultural-type helicopter with pilot to distribute Glyphosate-based aquatic herbicide on selected cattails acres as designated by the APHIS State Director, North Dakota Wildlife Services.. Submit faxed quotations to "Purchasing Section," at (612) 370-2136, Attention Joanne Mann.. QUOTATIONS ARE DUE MARCH 15, 2001, BY 10:00 a.m. local time. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 97-21. Applicable FAR clauses are incorporated by reference: Prompt Payment 52.249-1 (4/84); Fixed price 52.243-1 (8/87); Price Evaluation Adjustment for Small Disadvantaged Business Concern 52.249-1; Notice of Price Evaluation preference for HUB Zone Small Business Concern 52.219-4; Evaluation-Commercial items 52.212-2 (10/97); Offeror Representations and Certifications 52.212-3 ((1-/98); Contract Terms and Conditions- Commercial Items 52.212-4 (4/98); Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.212-5 (10/98). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers should include tax payer identification number__________________________ DUNS number__________________ and business size ___________________. SPECIFICATIONS: North Dakota/South Dakota Wildlife Services (WS,) located in Bismarck, North Dakota requires services of an agricultural aerial spray applicator(s) certified under Federal Aviation Regulation FAR 137 for spraying Glyphosate-based aquatic herbicide from an approved agricultural-type helicopter on approximately 3,000 acres of cattail marshes in North Dakota and South Dakota. This project is scheduled to begin on or about 15 July 2001 and conclude on 31 August 2001. Marshes may range in size from 10 acres up to 100+ acres but will probably average 20-30 acres. Wind speed must not exceed 8 mph during application. The pilot must be willing to follow detailed instructions; (1) on mixing the herbicide formulation with the prescribed ratios of surfactant and drift retardant, (2) on rates Of application, (3) spray patterns, (4) spraying only 70% of actual cattail acres (5) completion of spraying by 31 August 2001 (6) for spraying only sites designated by WS . The aircraft must be capable of delivering 5 gals/acre in approximately 50 foot swathes. The pilot may be required to skip portions of the marshes to create a strip or checkerboard pattern, as specified by WS. The vendor is financially responsible for drift problems and must carry adequate liability insurance as recommended by the State Aeronautics Commission or as otherwise specified by State law. The vendor must have proper state aerial applicator permits as required by the state and must insure that all aerial applications conducted for WS are done in compliance with all Federal, State, and local laws and regulations governing aerial applicators. Copies of the documentation must be supplied to WS with each bid. The vendor must have all equipment needed for a mobile spray operation or otherwise have access to all airports water supplies, and cleanup facilities needed to complete the project, Aircraft equipped with remote shutoffs to each spray boom are highly desirable. The pilot(s) and aircraft(s) must remain dedicated to WS's project once it commences until completion. Timely application is of the utmost importance as is insuring that no chemicals other than those designated by WS are inadvertently applied. The pilot must provide adequate storage for up to 1320 gallons of Glyphosate-based aquatic herbicide and surfactant in a secure facility. WS will provide all materials, except water, which must be obtained by the vendor from a well or city water supply (i.e., not surface water). The vendor is responsible for post application clean up, including the proper disposal of herbicide and other chemical containers. A per acre rate is requested ______________________. Bids will only be accepted on the statewide proposed cattail acres. Bidders must be willing to spray statewide and not individual counties. 1. PERMITS AND LICENSES Vendors shall be responsible for obtaining at their expenses all necessary permits and licenses to comply with all applicable Federal, State, and local laws and regulations. 2. MAINTENANCE All aircraft furnished under this agreement will be maintained in accordance with the maintenance standards specified in FAR, Part 135, or FAR, Part 91, including 100 hour inspections and compliance with the manufacturer's recommendations for time-between-overhaul and time-in-service components. All aircraft furnished will be maintained so as to present a neat and clean appearance. 3. CUSTODY AND CONTROL If the Vendor furnishes a pilot the Vendor will retain custody and assume full responsibility for the operation and well being of the aircraft during the use period. 4. LIABILITIES OF THE VENDOR AND THE GOVERNMENT The Government will not assume any responsibility whatsoever for loss damage to equipment owned or operated by the Vendor, his agents or employee or subcontractors, or for injury or death of the vendor, his agents employees or subcontractors caused by the performance of this agreement. The vendor will be responsible for the intentional negligent and wrongful acts omissions of the Vendor, his employees, agents, or subcontractors and employees and agents of the subcontractor(s) incident to the performance of this agreement. The Vendor will hold and save the Government, its officers and employees harmless from all liability for any death or damage to all person (other than the liability of the Government to USDA employees as provided for under the Federal Employees Compensation Act) or to real property or to personal property which results from the operation of, or incident tot equipment furnished by the Vendor, or otherwise incident to performance of the agreement. However, the Vendor will not be responsible for any intentional negligent wrongful acts of omissions of the U. S. Department of Agriculture employees. 5. LIABILITY INSURANCE REQUIRED Notwithstanding, the provisions of paragraph 4 above, the Government requires the Vendor to maintain aircraft liability insurance coverage on all aircraft offered in this agreement in the amounts required or recommended by the State(s) in which the operations are conducted. The Government is not responsible or liable for damage to or loss of the aircraft, nor any insurance deductible, which occurs as a result of negligence or fault in maintenance of the aircraft by the Vendor, or loss or damage resulting from a latent defect in construction of the aircraft or a component thereof. Subject to the above provisions, if the aircraft is damaged by fault of the Government the Government may, at its option, make the necessary repairs at a facility of its choice or have the Vendor make the necessary repairs. The Vendor is liable to the Government for any damage to or destruction of Government property arising out of the intentional negligent or careless activities of the Vendor, his employees, agents, or subcontractors. 6. PERSONAL PROTECTIVE EQUIPMENT (PPE) Unless otherwise stated in this agreement, the Vendor will, at his expense, supply the following personal protective equipment for the air crew members furnished by the Vendor for all flights conducted at or below 500 feet above the surface: a. Aviation helmet which affords Protection for the temples and ears and which has the required avionics to be compatible with the avionics installed in the aircraft used. b . Fire retardant clothing made of Polyamide or Aramide, or equivalent material. c. Gloves and boots made of leather or fire resistant material. Cold weather boots are acceptable if they are worn with a natural fiber liner or heavy socks made of wool, cotton or similar natural fiber material. 7. RECORDING SERVICES All services received will be recorded on an invoice (Form WS-3) approved by the Government and submitted for payment in accordance with instructions issued by the ordering office. REQUIREMENTS FOR RENTAL OF AGRICULTURAL SPRAY HELICOPTERS All agricultural aircraft used by WS under the specific terms of this agreement must comply with all provisions of FAR 137 -- Agricultural Aircraft Operations. The contractor must show proof of certification as Part 137.11(a) and 137.33(a), (b), prior to commencing WS spray operations.
Record
Loren Data Corp. 20010227/99SOL005.HTM (W-054 SN50E533)

99 - Miscellaneous Index  |  Issue Index |
Created on February 23, 2001 by Loren Data Corp. -- info@ld.com