SOLICITATION NOTICE
F -- RECOVERY - Bitterroot NF Roadside Brushing - Attachments
- Notice Date
- 9/1/2009
- 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-09-0110
- Archive Date
- 10/7/2009
- 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
- SOW 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-09-0110. (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 Bitterroot NF CLIN 0002: Additional equipment cleaning for weed control (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 area shall be inclusive of turnouts and curve widening. This area is to be cleared of all trees less than 6 inches diameter stump height, all brush, limbs on trees outside the clearing area which obtrude upon the clearing area, and windfalls which are within or obtruding upon the designated area. Brush and trees shall be cut off and completely severed from the stump no higher than 6 inches above the ground or rocks and other obstructions when encountered. Limbs cut from trees which will remain standing shall be severed as close to the trunk as practical, but in no case greater than 6 inches from the trunk. Clearing and brushing shall consist of removal and disposal of all vegetative material including but not limited to any limbs any slash left from firewood cutters, residual brush, live roadside brush, and small trees which are within, or obtrude upon the designated clearing limits on both sides of roadway. (VII) Date(s) and place(s) of delivery and acceptance: Location for performance is throughout the Bitterroot National Forest -Stevensville, Darby, Sula and West Fork Districts. Period of Performance for Base Period shall be from award through September 30, 2011. (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 September 22, 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-09-0110) 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/f6eb528a02833172f17c98485449a2d8)
- Place of Performance
- Address: Bitteroot NF, Montana, United States
- Record
- SN01935646-W 20090903/090902004055-f6eb528a02833172f17c98485449a2d8 (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 |