SOLICITATION NOTICE
F -- Washoe Masitcation - Humboldt-Toiyabe NF - Attachments
- Notice Date
- 8/6/2009
- 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-09-0051
- Archive Date
- 9/10/2009
- Point of Contact
- Paul Pierson, Phone: 3032755138, douglas lee, Phone: 8014515180
- E-Mail Address
-
paulpierson@fs.fed.us, douglaslee@fs.fed.us
(paulpierson@fs.fed.us, douglaslee@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Fire Precautions Wage Determination Statement of Work Proposal Instructions - Addendum to FAR 52.212-1 (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-09-0051. (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 Small Business Set-Aside. The associated NAICS code is 115310, Support Activities for Forestry. The small business size standard is $7 Million. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: (a)CLIN 0001: N1 – Level VI Bull Hog Treatment, 7 Acres (b)CLIN 0002: N2 – Level VI Bull Hog Treatment, 9 Acres (c)CLIN 0003: N3 – Level V Bull Hog Treatment, 28 Acres (d)CLIN 0004: N4 – Level VI Bull Hog Treatment, 36 Acres (e)CLIN 0005: N5 – Level VI Bull Hog Treatment, 55 Acres (f)CLIN 0006: N6 – Level V Bull Hog Treatment, 52 Acres (g)CLIN 0007: N7 – Level V Bull Hog Treatment, 5 Acres (h)CLIN 0008: N8 – Level V Bull Hog Treatment, 35 Acres Total 227 Acres (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: The intent of this contract is to secure services for mechanical treatment of 227 acres of vegetation to remove ladder fuels and reduce the continuity of fuels adjacent to an urban interface community. Vegetation consists of young to mature mountain mahogany, sagebrush, bitterbrush, manzanita, and ceanothus. Some units have areas of naturally regenerated conifer saplings that range from 4-20 ft in height. Vegetation to be treated will require cutting, chipping, shredding and mulching. The treatment will reduce ladder fuels and rearrange natural vegetation to a state that will burn with reduced fire intensity during a wildfire event. Firefighter safety will be improved as well as a reduced threat to the public and private property. The work shall be done in a manner that does not damage vegetation not specified to be treated. (VII) Date(s) and place(s) of delivery and acceptance: The project areas are located in the west portion of the Humboldt-Toiyabe National Forest on the Carson Ranger District. The project area (North Washoe) lies about fifteen miles south of the city of Reno in the Mount Rose corridor and is accessed via Mt Rose Highway (SR431) and one unit off Old U.S. 395 in Washoe Valley. The legal description for the project area is T17N, R19E, Sections 21, 22, 23, 33, and 34 Mount Diablo Base Meridian. Period of Performance: 166 Days (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)The Government will award the contract to the offeror(s) who (a) asserts to the terms of the RFP, and (b) has the best combination of experience, past performance, and price. Experience is a matter of the number of opportunities an offeror has had to do similar work and to encounter the kinds of problems that the Contractor is likely to encounter in the performance of this contract. Past performance is a matter of an offeror’s reputation for integrity and customer satisfaction. Quality control and the understanding of the work is a matter of the offeror’s familiarity with the nature of the work and with the kinds of problems the Contractor is likely to encounter during performance. Award(s) may be made without further discussions. Proposals should be submitted initially on the most favorable terms, from a technical and cost standpoint, which the offeror can submit to the Government. However, the Government may, after evaluation of the proposals, conduct further oral or written discussions as appropriate with all offerors whose proposals are within the competitive range. (b)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. (c)Each offeror’s proposal will be evaluated with respect to the past performance, technical, and price factors. The non-price factors, when combined, are approximately equal to cost or price. (d)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, 20, 21, 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 26, 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-09-0051) 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/93106548ff7cb2aabe5cddb14dcb9a3f)
- Place of Performance
- Address: Humboldt-Toiyabe NF, Carson Ranger District, Carson City, Nevada, 89701, United States
- Zip Code: 89701
- Zip Code: 89701
- Record
- SN01902604-W 20090808/090807001241-93106548ff7cb2aabe5cddb14dcb9a3f (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 |