Tri-Rivers Pesticide Services
This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purpos... This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources, for a service requirement entitled: "Tri-Rivers Pesticide Services" for award of a base contract plus four option years. This is scheduled to be issued as a Commercial Firm-Fixed-Price Service Contract. The purpose of this sources sought is to determine interest and capability of potential qualified Small Business' relative to the North American Industry Classification code (NAICS) 561710. The Small Business size standard for this NAICS code is $11 Million. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS (1) Your intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number or a copy of your System for Award Management (SAM) information (4) Confirmation statement of firm's small business status (specify SDVOSB, SB, WSB, etc.) (5) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in similar work, up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than three pages in length. Firms responding to this sources sought synopsis, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A QUOTE FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition. Where to send responses U.S. Army Corps of Engineers 201 North Third Avenue ATTN: Contracting/Chandra Crow, Walla Walla, WA 99362 Phone: (509) 527-7202 Fax: (509) 527-7802 E-mail: chandra.d.crow@usace.army.mil. Response deadline: 04 September 2019 at 10:00AM. (Pacific Time Zone). Place of Performance: Work will be performed at the following locations in the acres specified: McNary Dam - Umatilla Oregon - 30 Acres (Broadleaf) - 72 Acres (Bare ground) Ice Harbor Dam - Burbank Washington - 35 Acres (Broadleaf) - 27 Acres (Bare ground) Lower Monumental Dam - Kahlotus Washington - 1 acre (Broadleaf) - 7 Acres (Bare ground) Description of the Requirement: The Contractor is to furnish all labor, equipment, chemicals necessary for the application of herbicides to various right-of-way, turf, aquatic and non-crop sites on McNary Lock and Dam lands, Ice Harbor Lock and Dam, and Lower Monumental Lock and Dam, to the extent of TRI-RIVERS NATURAL RESOURSES area of responsibility, in accordance with the following specifications. NOTE: Mixing of pesticides shall be done only in designated location determined by the COR. Pesticides must be stored in a locked exterior cabinet while on Corps of Engineers property. Specific Requirements: Applicator must be licensed in the State of Oregon and the State of Washington. Applicators must possess the appropriate category for which they are applying. This contract requires licensed applicators with endorsements in Aquatic, Right of way, Industrial, Ornamental and Turf, and Regulatory Weed. Reciprocity between Oregon and Washington may be available on a case by case basis to be determined by State agencies. Contractor must show proof of licensing prior to award of contract. All applications of pesticides may be applied by boom application, pressure sprayer, 4-wheeled ATV, backpack sprayer, or hand spreader and in accordance with the product label and State, County, and Federal regulations. Applications must be compliant with Corps Safety Regulations (EM385-1-1) and the Integrated Pest Management Program (IPMP) requirements. Applications will be according to manufacturer labels and rates for maximum effectiveness on the target species. Contractor shall use dye for bare ground application for accurate accountability at the discretion of the COR. Base Year: This contract shall become effective on March 01, 2020 (or on the date of award, if subsequent thereto) and shall continue in full force and effect to and including September 30, 2020, unless terminated as otherwise provided in the contract. Actual Period of Performance (POP) will be as stated above, contract POP will be 01 March 2020 through the last day of February the following year. Option Years: This contract is renewable for four (4) additional one-year periods, at the option of the Government, by the Contracting Officer (KO) giving written notice of renewal to the Contractor. Actual POP will be as stated below, contract POP will be 01 March each year as noted below through the last day of February through the following year. Option year 1 effective March 1, 2021 through September 30, 2021 Option year 2 effective March 1, 2022 through September 30, 2022 Option year 3 effective March 1, 2023 through September 30, 2023 Option year 4 effective March 1, 2024 through September 30, 2024
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »