The RFP Database
New business relationships start here

Herbicide Application


Alaska, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT NOTICE ONLY; THE PROJECT IS “2019 -2021 HERBICIDE APPLICATION SERVICES FOR THE CHENA RIVER LAKES PROJECT, NORTH POLE, ALASKA”. THIS IS NOT A REQUEST FOR PROPOSAL. THE U.S. ARMY CORPS OF ENGINEERS, ALASKA DISTRICT IS CONDUCTING MARKET RESEARCH PRIOR TO RELEASING A SOLICITATION.


1. The Contractor shall furnish all labor, transportation, equipment, supplies, herbicides, surfactant, dye, personal protection equipment, fuels and other items necessary to apply herbicide to a variety of vegetation on various features of the Chena River Lakes Flood Control Project. The Government will provide the water source and a place to mix herbicides, surfactant, and dye. Herbicide application is critical for ensuring the structural integrity of the dam, levee and associated engineered features of the Project. This contract will be effective for one base year and up to two option years. The number and acreage of areas requiring treatment will vary from approximately 100 to 205 acres depending on the contract year.


The Chena River Lakes Flood Control Project is located approximately 18 miles east of Fairbanks, Alaska, near the community of North Pole. The treatment areas are described below, and consist of the Moose Creek Dam, associated access ramps, road shoulders, stability berms, first mile of Fairbanks North Star Borough levee, Project Office perimeter fence, Chena River rip-rap and other associated features. Site conditions will undoubtedly change from year to year and will therefore require modifications to the size and location of areas to be treated, as well as the total area, under this multi-year contract.


This contract shall be for one base year and two option years. The renewal of this contract for one or more option years shall be at the discretion of the Government, based upon performance, availability of funds and condition of the treatment areas. Contract renewal shall be binding on the Contractor only if a decision is made by the Government to exercise the option(s). Bidders are advised that options will be exercised at the unit price as bid for the particular option year. Extension of the contract by exercising an option will be made by the Government by written notice to the Contractor prior to March l each year. If the Government chooses to exercise its option to extend this contract, the notice of intent to the Contractor does not necessarily commit the Government to an extension. The Government will supply the contractor all necessary keys to access the treatment areas. The Contractor may be allowed permission by the Project Manager to park support equipment inside the Project Office compound for the duration of the job. All herbicides and mix materials may be stored in the Chena Project’s Haz-Mat Storage building located within the Project Office Compound. All equipment must be removed from Project lands within two weeks after the completion of the job. The Contractor may be required to move any and all equipment out of the treatment area in the event of any water impoundment.


2. There is no solicitation at this time. This request for information does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or Invitation for Bid (IFB). Submission of any information in response to this market survey is purely voluntary; the Government does not assume financial responsibility for any costs incurred. All submissions will be considered and treated as public information. The Government will assess any responses in addition to associated market research to ascertain potential market capacity; no decision has been made regarding potential FAR Part 19 set-asides at this time. No feedback or evaluation will be provided to interested parties regarding their response, though the Government reserves the right to contact respondents on a case-by-case basis regarding their submission.



3. If this contract action is cancelled, all proposal preparation costs shall be borne by the offeror. All offerors are advised that they must be registered in System for Award Management (www.sam.gov) to be eligible for a federal contract award. Offerors are advised to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award.


4. The North American Industrial classification System (NAICS) code is 561730, which has a size standard of $7.5 million. If you are an interested vendor able to performthis requirement, please respond to the primary point of contact in this notice by e-mail addressing the following areas:




Business Information


(a) Company name and address
(b) Official website, if applicable
(c) Points of contact including telephone numbers and email addresses
(d) DUNS and CAGE codes
(e) A statement regarding your business’s size status under the NAICS code identified in paragraph 4, above.
(f) Identify all other applicable designations your business falls under (i.e. woman-owned small business, small disadvantaged business, certified 8(a) program participant, HUB Zone firm, veteran-owned small business, service-disabled veteran-owned small business, etc.)
(h) A statement regarding the status of your SAM registration, including the currency of your representations and certifications 
(i) Firm’s interest as a prime contractor or subcontractor



Capability Information


(a) Relevant work experience with similar work (years and type of work):
Identify whether your firm has the capability to meet the Government’s 
requirement. Should portions of this requirement fall outside your company’s scope or area of expertise, indicate whether you have any current partnering/teaming arngements with other firms that would enable you to fully meet the Government’s requirement. 


(b) Relevant work experience in Alaskan, or similar environmental conditions (years and type of work): Identify number of years of experience and describe your firm’s prior experience on projects similar to the requirement described above, especially those performed in Alaska, or similar extreme cold weather environments. Please limit your response to recent (within 3 years) and relevant projects and include the following information: 


(1) Contract number, customer or firm name, or other identifying details of the project (2) Points of contact for the project including names, telephone numbers, and email addresses 
(3) City, State (if applicable)
(4) A brief description of your support of the project 
(5) Percentage of work as Prime Contractor/Subcontractor


5. Interested parties are invited to submit a response to this sources sought by 2:00 PM Alaska Standard Time (AKST) on February 26, 2019.Please submit all documentation by email in PDF format and state in the subject line ""Sources Sought Response “2019 – 2021 Herbicide Application Chena River Lakes Project, North Pole, Alaska”. Responses received after this date and time may not be reviewed.


6. Should you have any questions or concerns regarding this notice, please email the individuals listed in this notice no later than five (5) U.S. business days prior to the response by date provided above.

Eric T. Coney, Contract Specialist, Phone 9077532676, Email eric.t.coney@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP