SOLICITATION NOTICE
F -- Fuels Management
- Notice Date
- 6/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, CA, 95959-2250
- ZIP Code
- 95959-2250
- Solicitation Number
- AG-9A63-S-06-0081
- Response Due
- 6/23/2006
- Archive Date
- 8/31/2006
- Small Business Set-Aside
- Total Small Business
- Description
- Eldorado N. F. IDIQ Fuels ManagementContract Solicitation Number AG-9A63-S-06-0081 is for FUELS MANAGEMENT work on the Eldorado National Forest and issued as a Request for Quotation. 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; proposals are being requested and a written solicitation will not be issued. This is a total set-aside for small business with an associated NAICS code of 113310 and a small business size standard of 500 people and 115310 and small business size standard of $6.5 Million or $16.5 Million, depending upon activity. Individual task orders will be issued referencing the prime contract award, by warranted contracting personnel from the IBET Province. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-09. There will be one base year with three (3) Option Years. The base year starts upon initial award and goes through September 30, 2006. Each of the succeeding option years, if awarded, will be for a 12 month period. Each requirement will be competed among the contractors who were awarded that particular line item. The following ?Award Pricing Scenario? is for the purpose of determining the contractors for award purposes only. All future task orders will be negotiated using a Statement of Work (SOW) specifying the work needed for a particular site. Award Pricing Scenario The Government has identified an acre that is representative of those to be treated under subsequently awarded contracts on the Eldorado National Forest. The Offeror shall take into consideration the following descriptions when determining the pricing portion of their offer. Fuels treatment projects will occur in plantations as well as in commercially harvested mixed conifer stands. The stand density in a plantation ranges from 200-600 stems per acre before treatment. The basal area of the overstory residual stocking in the mixed conifer stands is approximately 100-200 feet2/acre while the understory stocking ranges from 150-400 trees/acre and because of recent logging, distribution is patchy. Following Pre-Commercial Thinning (PCT) and Stand Cleaning, stands densities will average 134 stems per acre in both the plantations and the mixed conifer stands. The average stem diameters of material to be treated under this contract currently vary from 2 inches DBH to 12 inches DBH. The slope of ground on a project varies from 0% to 40%. Typical brush species on a project may include but are not limited to white and green leaf manzanita, whitehorn, deerbrush, bearclover, cherry and chinquapin. The fuels treatment projects Hand Piling and Grapple Piling will be follow-up treatments to PCT or Stand Cleaning. The fuel treatment projects may have a Limited Operating Period for wildlife between March 1 and September 15, during which no operations are allowed unless the project has been surveyed. The following pay items are this solicitation?s list of contract line item number(s) and items and units of measure. Provide commercial pricing for any of the areas where the offeror is interested in providing services. (1) Release and Brushing (grubbing around planted seedlings) $__________/Acre; (2a) Stand Cleaning (chainsaw thinning of small trees in harvested timber stands) $________/Acre; (2b) PCT (chainsaw thinning of plantations) $__________/Acre; (3) Buck Lop and Scatter Slash $_________/Acre; (4) Grapple Piling, including fireline construction and pile covering $_____/Acre; (5) Mastication (of small trees and brush) $____________/Acre; (6) Hand Piling slash including pile coverings $____________/Acre. End of Award Pricing Scenario The provision ?52.212-1, Instructions to Offerors-Commercial,? applies to this acquisition and the following are provided as an addendum to this provision. Contract awards will be based on the criteria noted below. Individual task orders will then be placed with consideration given to all awardees for the location and type of work, on an individual order basis; it may be in the form of a pricing quotation, or the relative experience, size of the project (capacity), location, or urgency. Consideration need not be limited to price. Task orders will be issued on a firm-fixed price basis. The provision ?52.212-2, Evaluation ? Commercial Items,? applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: Criteria are of equal importance and when combined they are equal in importance to price. Interested firms are required to submit:1) the following completed form ?Response to Evaluation Factors? and 2) provide commercial pricing for any of the areas where offeror is interested in providing services as listed above in the ?Award Pricing Scenario.? This information is to be provided the Tahoe national Forest ? Acquisitions, Attention: Diane Jones, 631 Coyote St., Nevada city, CA 95959 by 1630 local time, June 23, 2006, FAX: (530) 478-6126. Capability Information The Government will assess the capability of each offeror on the basis of the following evaluation factors which are of approximately equal value: (1) Organizational Experience and (2) Organizational Past Performance. The Government will not assess capability on a pass/fail basis, but will use its assessments of capability as a basis for comparing offerors to determine best value. (1) Organizational Experience. The Government will evaluate each offeror's organizational experience on the basis of its breadth, its depth, and its relevance to the work that has been priced. However, the Government will consider the extent to which the offeror's key personnel have worked together in the past. The Government will evaluate the organizational experience of the offeror's proposed key subcontractors. (2) Organizational Past Performance. Past performance is a measure of the degree to which an offeror satisfied its customers in the past and complied with Federal, state, and local laws and regulations. The Government will contact some of each offeror's customers to ask whether or not that: (1) that the offeror was capable, efficient, and effective; (2) the offeror's performance conformed to the terms and conditions of its contract (specifications); (3) finished within the contract time; (4) the offeror was reasonable and cooperative during performance; and (5) the offeror was committed to customer satisfaction. In evaluating past performance, the Government will contact some of the references provided by the offeror and other sources of information, including, but not limited to: Federal, state, and local government agencies, better business bureaus, published media, and electronic data bases. The Government may evaluate the organizational past performance of the offeror's proposed key subcontractors. RESPONSE TO EVALUATION FACTORS Organizational Experience - What contracts has your firm performed that are similar in scope, magnitude, and complexity to the work that your firm has proposed? Name of Project Type of Project Scope/magnitude Work performed for Completion Date Organizational Past Performance - Whom may we contact concerning your performance on the projects listed above? (If reference is for a subcontractor or key person, identify which subcontractor/key person is referenced.) Name Address Phone FAX e-mail Project(s) The awarded contractual documents will have a base year of performance with three one year option periods and be Indefinite Delivery, Indefinite Quantity. The minimum guarantee is $2,500.00 per contractor per contract award period. The maximum amount to be ordered is $2,500,000.00 for each contract period. There are 4 contract periods possible; a base year and 3 option years). Up to six contracts may be awarded under this solicitation. Subsequent Task Orders will be issued for services as indicated in the above Award Pricing Scenario as ?pay items? to reduce fuels and improve forest health. FAR Clause ?52.212-4, Contract Terms and Conditions ? Commercial Items? applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR 52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991) FAR 52.236-13 ACCIDENT PREVENTION (NOV 1991) FAR 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from Date of Award through September 30th of each contract period. FAR 52.215-5 FACSIMILE PROPOSALS (OCT 1997) (a) Definition. ?Facsimile proposal,? as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: (530) 478-6126. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document? (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than _$2,500_ the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under this contract. (b) Maximum order. The Contractor is not obligated to honor--(1) Any order for a single item in excess of _$500,000; (2) Any order for a combination of items in excess of _$800,000.00; or (3) A series of orders from the same ordering office within _10_ days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years. FAR 52.204-7 Central Contractor Registration (OCT 2003), FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) AGAR 452.236-72 USE OF PREMISES (NOV 1996) AGAR 452.236-73 ARCHAEOLOGICAL OR HISTORICAL SITES (FEB 1988) AGAR 452.236-74 CONTROL OF EROSION, SEDIMENTATION, AND POLLUTION (NOV 1996) AGAR 452.236-77 EMERGENCY RESPONSE (NOV 1996) FSAR 4G52.222-701 Employment of Eligible Workers (DEC 1999), FSAR 4G52.222-702 Labor Standards for Contracts Involving Migrant and Seasonal Agricultural Workers (DEC 1999), FSAR 4G52.222-703 Migrant and Seasonal Agricultural Worker Protection Act Registration apply and camping restrictions will be in accordance with the MOU between the Forest Service and Department of Labor (DEC 1999), FAR Clause ?52.212-5 (APR 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items? and the following clauses were selected as applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), w/ Alternate I (Oct 1995) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.232-30, Installment Payments for Commercial Items (Oct 1995) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). (Information concerning equivalent rates is available from the issuing office.) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002). California Service Contract Act wage determinations apply (see #1977-0727 (5/24/06) Forestry and Land Management Series and # 1994-2055 (5/24/06) and #1994-2333 (5/23/05). All offerors must provide a completed copy of ?52.212-3 (MAR 2005), Offeror Representations and Certifications ? Commercial Items?. The offeror must have completed their annual representations and certifications electronically at http://orca.bpn.gov . All vendors must be registered in Central Contractor Registration (CCR) at http://www.ccr.gov/. DUNS Number: ___________________ TIN Number :_____________________________
- Place of Performance
- Address: ELDORADO NATIONAL FOREST, PLACERVILLE, CA.
- Zip Code: 95667
- Country: US
- Zip Code: 95667
- Record
- SN01066615-W 20060611/060609220258 (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 |