Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2009 FBO #2796
SOLICITATION NOTICE

F -- Roadside Brushcutting - Boise National Forest - Attachments/Instructions

Notice Date
7/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, EROC Intermountain, 740 Simms Street, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
AG-82B1-S-09-0049
 
Archive Date
8/26/2009
 
Point of Contact
Paul Pierson, Phone: 3032755138, William M. Pfeifer, Phone: 3039083120
 
E-Mail Address
paulpierson@fs.fed.us, wpfeifer@fs.fed.us
(paulpierson@fs.fed.us, wpfeifer@fs.fed.us)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Valley County Wage Determination Boise County Wage Determination Exhibit C Exhibit B Exhibit A Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Statement of Work (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFQ Number AG-82B1-S-09-0049. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (IV) This solicitation is being issued as a Total Hub-Zone Set-Aside. The associated NAICS code is 115310, Support Activities for Forestry. The small business size standard is $17.5 Million. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: (a) CLIN 0001: Roadside Brushing in the Boise NF (VI) Detailed description of requirements is included in attached statement of work and exhibits. The following is a general description of the services to be performed: (a) Performance Based Commercial Services Requirements Contract for Road Side Brushing that will result in removal of encroaching vegetation. The services covered in this contract include the furnishing of all labor, equipment, supervision, transportation, operating supplies, and incidentals necessary to perform road brushing on roads specified herein, in compliance with the terms, specifications, conditions, and provisions of this solicitation. (b) Typical forest roads will have areas of little or no brushing to areas of continual brushing with in the same road system. Standard industry practice indicates use of an excavator with a brushing head attachment (brushing head must be able to cut and chip material) to effectively perform this type of work. Equipment must be of efficient size and horse power to operate the head at sufficient RPM’s that will the cut brush and reprod; not just tearing it leaving behind sharp jagged stubble. The machine must be able to mulch or chip material and deposit most of the debris on the slopes not leaving large amounts of debris on the road or in the ditches. Roads and ditches must be clear of debris after operation is complete. The equipment used to perform this work shall be in good mechanical and operating condition. The locations of the specific roads will be identified with task orders. (c) This work consist of removal and disposal of limbs, residual brush, live road side brush and trees of eight (8) inches or less when measured at 6 inches from the base of the tree; which are within or obtrude upon the designated clearing limits on both sides of the roadway. The clearing limits are shown in a typical section, Exhibits A and B. This includes a horizontal distance of eight (8) feet from the shoulder of the road with ditches, eight (8) feet horizontal distance from hinge of roads without ditches, and a horizontal distance of eight (8) feet from shoulder of the fill slope. Clearing limits shall include turnouts and curves. Clearing limits may exceed the eight (8) feet typical on the inside radius of curves in order to achieve a safe sight distance. Remove only the vegetation necessary to improve site distance when exceeding the eight (8) foot typical. This should not exceed twelve (12) feet unless approved by COR. (VII) Date(s) and place(s) of delivery and acceptance: Location for performance is throughout the Boise National Forest, encompassing all 5 districts. Period of Performance for Base Period shall be from award through September 30, 2010. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. See Addendum for additional instructions. (IX) Offers will be evaluated on their past performance, their technical capability to successfully complete this project, and the price quoted. (a)Award will be made to the responsible offeror whose proposal, conforming to the solicitation, is determined to be the best value to the Government, technical and price factors considered. (b)Each offeror’s proposal will be evaluated with respect to the technical and price factors. The technical area is equally as important as price. The technical areas in Clause M.3 are listed in descending order of importance. (c)Price will contribute significantly to the source selection decision and will be evaluated as to completeness, realism and reasonableness. The importance of price will increase as the degree of technical merit differences between competing proposals decreases. If technical proposals are considered to be essentially equal in technical merit, price will become the determinative factor in making an award. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009), with its quote or complete the Representations and Certifications on line at HTTP://ORCA.BPN.GOV. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2009), Alternate I applies to this acquisition. The following clauses under subparagraph (b) apply: 3, 4, 5, 19, 21, 20, 22, 23, and 39. The following clauses under subparagraph (c) apply: 1 This solicitation is issued under the American Recovery and Reinvestment Act and all requirements of the Act apply. The appropriate clauses are included under subparagraph (b) above. (XIII) The following clauses are also applicable to this acquisition: None (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MT on August 11, 2009. All quotes must be mailed, faxed or e-mailed to the attention of Paul Pierson. The fax number is 303-275-5299 and email address is paulpierson@fs.fed.us. Hardcopy proposals may be sent to USDA Forest Service - Intermountain EROC, 740 Simms St. Lakewood, CO 80401. Proposals may be on the Offerors letterhead and must state the solicitation number (AG-82B1-S-09-0049) on the cover page and in the subject line of faxes and e-mails. Be sure to include the information requested in (VIII) above (to include information provided in the addendum) with your proposal. (XVI) Any questions regarding this solicitation should be directed to Paul Pierson at 303-275-5138, email address paulpierson@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/41511eb36522ee079e729ed519c37b43)
 
Place of Performance
Address: Boise National Forest, Boise, Idaho, United States
 
Record
SN01881745-W 20090723/090721235650-41511eb36522ee079e729ed519c37b43 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.