Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
SOLICITATION NOTICE

Z -- RECOVERY-FUELS REDUCTION BIGHORN & SHOSHONE NF - Exhibits - Additional Documentation

Notice Date
4/16/2010
 
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-10-0285
 
Archive Date
6/1/2010
 
Point of Contact
Don E Graham, Phone: 3032755776
 
E-Mail Address
DEGraham02@fs.fed.us
(DEGraham02@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Additional Clauses and Provisions Terms and Conditions Schedule Data Item Deliverables Seed Mix List Fire Plan Fuels Reduction Inspection Form examples Fuels Reduction Inspection Form Cont sheet Fuels Reduction Inspection Form Fuels Model Examples Hazardous Materials Plan Noxious Weed Requirements Food Storage Exhibits Food Storage List of Exhibits RECOVERY (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 Quotation (RFQ). Submit written proposals on RFQ Number AG-82B1-S-10-0285. The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (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 $17.5M. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: Fuels Reduction Shoshone and Bighorn National Forests The Schedule of Items can be found on the attachment titled “Schedule” (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: RECOVERY: The effort will be comprised of the following fuels reduction techniques applied as required throughout the period of contract performance: Mastication/Chipping of Timber Stands, Mastication/Chipping/Mowing: Woodland/Shrubland, Selective Slashing/thinning, Lop and Scatter, Fuel Break Construction: Timber Stands, Fuel Break Construction: Woodland/Shrubland, Mechanical Piling, Yard Slash and Mechanical Piling at Select Locations, and Hand Piling. The contractor will provided all labor, supervision, equipment, transportation, operating supplies, and incidentals except those items specifically listed as Government – furnished. The Geographic Area covered by this action includes the Boundaries of the Shoshone and Bighorn National Forest. Shoshone National Forest: Shoshone encompasses an area from the Montana state line south to Lander, Wyoming and includes portions of the Absaroka, Wind River, and Beartooth Ranges. The western boundary of the Forest south of Yellowstone National Park is the crest of the Continental Divide. Bighorn National Forest: Bighorn National Forest is located in north-central Wyoming, the Bighorn Mountains are a sister range of the Rocky Mountains, located half-way between Mt. Rushmore, and Yellowstone National Park. (VII) Date(s) and place(s) of delivery and acceptance: (a) Project Location:. Shoshone and Bighorn National Forests (b) Start Work. Identified on individual task orders (c) Period of Performance. EST: Base Year - Notice to Proceed through 30 September 2010 Four Option Years - 1 October 2010 through 30 September 2014 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) Evaluation Criteria: Technical, Locality, Past Performance, and Price. The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Locality, Past Performance, and Price. Technical, locality, and past performance, when combined, are approximately equal to price. Technical Proposal: This criterion will be used to establish the capability/capacity of the contractor to provide the services set forth in the statement of work. Technical proposals will be evaluated and ranked on the basis of the understanding of the work and the proposed methodology of accomplishing the work in a high altitude environment. Locality: This contract is funded with American Recovery and Reinvestment Act (ARRA) appropriations. ARRA was enacted to stimulate the U.S. economy. Many of the communities most affected by the economic down turn are located near national forests. Using funding from The American Recovery and Reinvestment Act will create jobs that support the Forest Service mission of sustaining the health, diversity, and productivity of the Nation's forests and grasslands to meet the needs of present and future generations. Therefore, your proposal will be evaluated on the extent to which you plan to utilize the local workforce and suppliers in the performance of this project. Examples include award of a subcontract to a local entity, purchase of supplies from local suppliers, and providing employment and training opportunities to people in the local area. Local area for this project is defined as the following Wyoming counties: Park, Fremont, Sublette, Teton, Hot Spring, Bighorn, Washakie, Johnson, and Sheridan. Past Performance: Past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Price Proposal: This criterion will include item prices entered in Section B, Schedule of Items. It is the Government's intent to assess the price/cost breakdown to determine (1) reasonableness, and (2) offeror's understanding of the work Cost/price is of equal importance when compared to technical, locality, and past performance; however, the importance of cost may become greater as the difference between technical proposals decrease. Where technical proposals, locality, and past performance are determined to be substantially equal, cost may control award. Technical proposals, locality, and past performance will be evaluated and ranked by a technical evaluation panel. The panel will not have access to the price proposal during the technical evaluation process. However, the Contracting Officer may provide the price proposal to the evaluation panel once the technical evaluation process has been completed. Options: The Government will not evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. For award purposes only the Base Year Prices will be considered. Contract award: The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Multiple award: The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Offers are not required to submit prices for all line items in the schedule however; a contract award will only be made for those items priced in the schedule. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before 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) applies to this acquisition. The following clauses under subparagraph (b) apply:2, 3, 4,8i, 19, 20, 21, 22, 23,24 and 25. The following clauses under subparagraph (c) apply: 1 The resulting contract will utilize funds provided by the American Recovery and Reinvestment Act (ARRA) of 2009. Interested parties are notified that the inclusion of unique provisions required in implementing the Act, including those for significant reporting and transparency, will be required of the successful proposal. (XIII) The following additional clauses are also applicable to this acquisition: See attachment for additional clauses and provisions. (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 2:00 P.M. MT on May 17, 2010. All quotes must be mailed 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-10-0285) on the cover page. FAXED OFFERS WILL NOT BE ACCEPTED. Be sure to include the information requested in (VIII) above as well as the information provided in the addendum with your proposal. (XVI) Any questions regarding this solicitation should be directed to Don Graham at DEGraham02@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ccb149dbb59e47c209b80c60d090d147)
 
Place of Performance
Address: Bighore and Shoshone National Forest, Wyoming, United States
 
Record
SN02124804-W 20100418/100416235823-ccb149dbb59e47c209b80c60d090d147 (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.