SOLICITATION NOTICE
F -- Fish Passage Subsurface Investigation, Shasta Trinity NF - SOW and Attachments
- Notice Date
- 8/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Northern Province Acquisitions, Redding Office, 3644 Avtech Parkway, Redding, California, 96002
- ZIP Code
- 96002
- Solicitation Number
- AG-9A28-S-09-0096
- Point of Contact
- Marilyn Ladd, Phone: 530 226-2451, Anna Wargin, Phone: 530 841-4411
- E-Mail Address
-
mladd@fs.fed.us, awargin@fs.fed.us
(mladd@fs.fed.us, awargin@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Response Document Contract Maps Statement of Work and Attachments (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 quotes (RFQ). Submit written quotes on RFQ Number AG-9A28-S-09-0096. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541360, Geophysical Survey and Mapping Services, small business size standard is $4.5 Million. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: (a) CLIN 0001: – Mobilization, 1 Job (b) CLIN 0002: – Soil Drilling and Sampling, estimated 720 LF (c) CLIN 0003: – Core Drilling and Sampling, estimated 240 LF (d) CLIN 0004: – OPTION ITEM, Shelby Tubes, estimated 25 EA (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: Subsurface investigation at six locations to determine foundation conditions for all the crossing sites. The existing culverts are to be removed and replaced with structures that will accommodate the flow of a 100 year frequency storm. (VII) Date(s) and place(s) of delivery and acceptance: Four of the drilling sites are located on Forest Road 37N78 that runs around Iron Canyon Reservoir near Big Bend. Below is the Latitude and Longitude for each of the creek crossings. Cedar Salt Log Creek - N 41deg. 3' 55.5"; W 121 deg. 59' 16.8" Deadlun Creek - N 41deg. 3' 49.0"; W 121 deg. 58' 26.4" Gap Creek - N 41deg. 3' 4.2"; W 122 deg. 00' 16.7" McGill Creek - N 41deg. 3' 31.4"; W 121 deg. 57' 52.2" To French Swede Creek take Forest Road 5N04 off of 299 just East of Hayden Flat. The Lat/Long is: N 40 deg. 48' 27.8"; W 123 deg. 20' 56.0" To East Fork Prospect Creek take the Wild Mad road (Forest Road 29N30) South from Highway 36. The Lat/Long is: N 40 deg. 17' 12.8"; W 123 deg. 6' 8.3" Contract Time: 15 Days (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. See Addendum for additional instructions. (IX) Quotes will be evaluated on their relevant experience, ability to perform work during the desired timeline, past performance, and the price quoted. (a) The Government intends to offer a contract resulting from this solicitation to the responsible quoter who provides the most advantages to the Government, price and other factors considered. The Government intends to evaluate quotes and offer a contract without discussions; therefore, the quote should contain the best terms from a price and technical standpoint The following factors will be used to evaluate quotes: (1) Relevant Experience. Relevant experience must be clearly demonstrated in the technical proposal and not left to speculation. Identify which projects you have successfully completed which you consider affords the evidence that proves your firm has the experience required to complete this project. Describe the specific elements of the work performed by your firm. (2) Availability to Perform work during desired contract time period. Indicate availability date on the schedule of items. (3) Past Performance. Past performance is a measure of the degree to which a vendor satisfied its customers in the past and complied with Federal, state, and local laws and regulations. The Government may contact some customers to ask whether or not that: (1) that the vendor was capable, efficient, and effective; (2) if performance conformed to the terms and conditions of its contract (specifications); (3) finished within the contract time; (4) if the vendor was reasonable and cooperative during performance; and (5) if the vendor was committed to customer satisfaction. In evaluating past performance, the Government may contact some of the references provided 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. (4) Price. (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may bypass a quote that is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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: 8, 19, 20, 21, 22, 23, 24 and 39. The following clauses under subparagraph (c) apply: 1and 2 (XIII) The following clauses are also applicable to this Acquisition: FAR 52.211-18 VARIATION IN ESTIMATED QUANTITY (APR 1984) FAR 52-217-7 OPTION FOR INCREASED QUANTITY—SEPARATELY PRICED LINE ITEM (MAR 1989) (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 4:30 P.M. PT on September 2, 2009. All quotes must be mailed, faxed or e-mailed to the attention of Marilyn Ladd. The fax number is 530-226-2474 and email address is mladd@fs.fed.us. Hardcopy quotes may be sent to USDA Forest Service Northern Province Acquisitions, 3644 Avtech Parkway, Redding, CA 96002. Quotes may be on the Offerors letterhead and must state the solicitation number (AG-9A28-S-09-0096) 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 Marilyn Ladd at 530-226-2451, email address mladd@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A28/AG-9A28-S-09-0096/listing.html)
- Place of Performance
- Address: Shasta Trinity National Forest, Multiple Locations Shasta and Trinity Counties, CA, California, United States
- Record
- SN01910969-W 20090815/090814000735-3e0c67106cb2752672ddf8c75ccf6a77 (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 |