SOLICITATION NOTICE
F -- Road Maintenance IDIQ - Shawnee National Forest IL
- Notice Date
- 4/15/2009
- Notice Type
- Modification/Amendment
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
- ZIP Code
- 24019
- Solicitation Number
- AG-51KN-S-09-0017
- Archive Date
- 6/3/2009
- Point of Contact
- Susan Weaver, Phone: 815-423-2162
- E-Mail Address
-
susanweaver@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- Offers are solicited regarding an Indefinite Delivery Indefinite Quantity (IDIQ) contract for road and bridge maintenance to be performed at the Shawnee National Forest IL (work will be performed in several counties in Southern IL). The applicable North American Industry Classification System (NAICS) Code is 115310; the Size Standard is $7,000,000. Firm fixed price delivery/task orders will be issued for projects located throughout the forest in either of the two Ranger Districts – Hidden Springs (East Side Road Maintenance) and Mississippi Bluffs (West Side Road Maintenance). Projects may include, but not limited to, blading, aggregate placement, rip rap placement, mowing, brushing, culverts, gates and sign installation. It is anticipated that the performance period for this contract will consist of one basic year with two option years. Estimated value of the acquisition over a potential three-year contract is between $250,000 and $500,000. Offers are to be forward to ATTN SUSAN WEAVER, CONTRACTING OFFICER USDA FOREST SERVICE - OHIO RIVER BASIN PROCUREMENT CLUSTER MIDEWIN NATIONAL TALLGRASS PRAIRIE 30239 S ST RT 53 WILMINGTON IL 60481-9066 FACSIMILE/EMAILED OFFERS WILL NOT BE ACCEPTED OR CONSIDERED. A size standard is the largest that a concern can be and still qualify as a small business for Federal Government programs. For the most part, size standards are the average annual receipts or the average employment of a firm. How to calculate average annual receipts and average employment of a firm can be found in 13 CFR § 121.104 and 13 CFR § 121.106, respectively. SBA also includes the table of size standards in the Small Business Size Regulations, 13 CFR 121.201. This table includes size standards that have changed since the last publication of 13 CFR 121. For more information on these size standards, please visit http://www.sba.gov/size. If you have any other questions concerning size standards, contact a Size Specialist at your nearest SBA Government Contracting Area Office, or contact the Office of Size Standards by email at sizestandards@sba.gov or by phone at (202) 205-6618. Status as a qualified HUBZone small business concern is determined by the Small Business Administration (SBA) in accordance with 13 CFR Part 126. If the SBA determines that a concern is a qualified HUBZone small business concern, it will issue a certification to that effect and will add the concern to the List of Qualified HUBZone Small Business Concerns on its Internet website at http://www.sba.gov/hubzone. A firm on the list is eligible for HUBZone program preferences without regard to the place of performance. The concern must appear on the list to be a HUBZone small business concern. If the offeror does not have a Data Universal Numbering System (DUNS) Number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. A prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. Registration requires a DUNS number. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Potential offerors should complete the annual representations and certificates electronically at http://orca.bpn.gov. This notice does not constitute a solicitation for proposals, offers, bids, and/or quotes. Responses to this notice will not be returned. All information received in response to this notice that is marked Proprietary will be handled accordingly. The Government shall not pay and/or reimburse respondents and/or their associates for any costs incurred to submit the information requested via this pre-solicitation notice and/or the following solicitation.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3ee1b18c13704cb52db969c744cd0f0a&tab=core&_cview=1)
- Place of Performance
- Address: Shawnee National Forest, (Offers are to be submitted to the address shown in Standard Form 1449 Block 9, NOT to the Shawnee NF and/or to the George Washington & Jefferson NF), Harrisburg, Illinois, 62946, United States
- Zip Code: 62946
- Zip Code: 62946
- Record
- SN01793157-W 20090417/090415221710-3ee1b18c13704cb52db969c744cd0f0a (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 |