The RFP Database
New business relationships start here

Spot Spraying of Noxious and Invasive Weeds


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

                        COMBINED SYNOPSIS/SOLICITATION
                                            FOR
               SPOT SPRAYING OF NOXIOUS AND INVASIVE WEEDS


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; quotes are being requested and a written solicitation will not be issued. Estimated workload document will be made available upon request to Selvena Carter by email.


General Information


Document Type: Combine Solicitation Synopsis Request for Quotation (RFQ)
Solicitation Number: W911RX-17-Q-0061
Posted Date: 6 March 2017
Response Date: 15 March 2017 at 09:00 AM (CST)
Contract will be Firm Fixed Price Requirements Type
FOB Destination.

Set Aside: Total Small Business Set Aside


This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86-2 (Published 01 February 2016).


The applicable NAICS code is 561730 with a size standard of $7.5 Million.


Period of Performance: Base Period NTE Four Months
15 JUNE 2017 - NLT 15 October 2017


Description: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Spot Spraying of Noxious and invasive Weeds as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.


Your price shall be FOB destination. Inspection and acceptance shall be at destination.


From the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFAR), the following provisions and clauses are applicable to this solicitation: FAR 52.204-13, 52.212-1, FAR 52.212-3, FAR 52.212-4, FAR 212-5 (52.204-10, 52.209-10, 52.219-6, 52.219-28, 52.219-29, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-18, 52.225-13, 52.222-41, 52.222-42, 52.222-44), FAR 52.216-21, FAR 52.222-36, FAR 52.232-18, FAR 52.232-19, FAR 52.232-33,FAR 52.232-39, FAR 52.228-5, FAR 52.233-1, FAR 52.237-2, FAR 52.252-2 and DFARS 252.201-7000, DFARS 252.203-7000, DFARS 252.203-7002, DFARS 252.204-7003, DFARS 252.204-7004, DFARS 252.232-7003, DFARS 252.232-7006, DFARS 252.232-7010, DFARS 252.243-7001 and. Full text of these provisions and clauses may be found at http://farsite.hill.af.mil/vffara.htm.


You must be registered in the System for Award Management, https://www.sam.gov/index.html/#1. Your pricing information and capability literature shall be submitted to: Mission and Installation Contracting Command Fort Riley by address, email, or by facsimile listed below no later than 9:00 AM (CST) on 10 March 2017:

Contracting Office Address:
MICC Riley, Attn: Selvena Carter
1792 12th Street, Fort Riley, KS 66442
PHONE: 785-240-4616 // FAX: 785-239-5740/selvena.b.carter.civ@mail.mil

Basic Services: The Contractor shall provide control measures directed against sericea lespedeza, a State of Kansas noxious weed; crown vetch, an invasive weed of the prairie ecosystem; and old world bluestem, an invasive weed of the prairie ecosystem, via treatment of individual plants and small patches of plants, in areas designated by the Contracting Officer and Contracting Officer Representative at Fort Riley, Kansas.
The Government will designate the locations the Contractor shall treat Sericea Lespedeza. The Contractor shall treat Sericea Lespedeza and crown vetch in the designated locations via spot spraying using the Government furnished pesticide at the approved application rate (see section 5.2.2). The Contractor shall also indicate on the Government furnished maps the locations treatment was accomplished in on a daily basis.


The Contractor shall control Sericea Lespedeza in the designated locations. Time will be allowed for the pesticide used to work properly before review. The Contractor shall retreat any area control is not achieved at no additional cost to the Government. The Contractor shall provide the pesticide for any retreatment areas.
CLIN Structure:
ITEM NO Supplies/Services Quantity Unit Unit Price Amount
0001 CMR 1 Job
0002 Spraying of Noxious and Invasive Weeds 1 Job


Submittals Formats: All submittals shall be MS Office, PDF, or JPG compatible. Submittals built using newer versions of MS Office shall be saved as Office 2007 versions prior to delivery.


Site Visit: No Site visit will be conducted.


Responsive: Award shall be made to the lowest price technically acceptable. In order to be considered responsive, the prospective Contractor:
a. Shall be currently registered in System for Award Management (SAM).
b. Prospective Contractor's interested in submitting a quote on this solicitation must have a Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code in SAM in accordance with Federal Acquisition Regulation Clause 252.204-7004, Alternate A, System for Award Management (May 2013) and the registration must be active. Inactive registration on the SAM database will make a prospective Contractor ineligible for award consideration.
c. Shall not be in the excluded parties list, http://www.epls.gov
d. Shall be currently registered in Wide Area Work Flow (WAWF), https://wawf.eb.mil/
e. Shall submit a complete quote prior to the cutoff for receipt of quotes:
Completed Bid Schedule with Unit pricing for each contract line item.
Point of Contact (POC): name, phone number, cell number and email address.
f. Shall comply with all instructions of the solicitation.


Non-responsive quotes will not be considered for award.


Evaluation for Award LPTA: The Government will award a firm fixed price contract resulting from this solicitation to the responsible quote whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical Capability, Delivery and Past Performance of the services offered to meet the Government requirement. All evaluation factors other than Price, when combined, are as important as price.



Attachments:
Spraying location
Performance Requirements Summary
Wage determination
Performance Work Statement


    


Selvena Carter, Contract Specialist, Phone 7852394616, Fax 7852395740, Email selvena.b.carter.civ@mail.mil - Kimberly D. Cavanaugh, Contracting Officer, Phone 7852391001, Fax 7852395740, Email kimberly.d.cavanaugh.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP