SOLICITATION NOTICE
F -- RECOVERY--F--PROJECT NUMBER 153882, Establish and Maintain Hardwood Forest Vegetation on Lands Near Maiden Rock and Ellsworth, WI
- Notice Date
- 8/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- USACE District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
- ZIP Code
- 55101-1638
- Solicitation Number
- W912ES-10-R-0023
- Response Due
- 9/14/2010
- Archive Date
- 11/13/2010
- Point of Contact
- Lisa A. Draves, 651-290-5614
- E-Mail Address
-
USACE District, St. Paul
(lisa.a.draves@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is an American Recovery and Reinvestment Act funded project. The U.S. Army Corps of Engineers (USACE) St. Paul District intends to award a Firm Fixed Price Contract. This work provides for establishment of native bottomland and upland tree and shrub species on project areas located in Pierce County, WI near Maiden Rock and Ellsworth. This section includes the furnishing and planting of native tree and shrub species on approximately 200 acres of land being used as wetland mitigation for the work occurring at Lock and Dam 3. The solicitation number is W912ES-10-R-0023 and is issued as a request for proposal (RFP). This solicitation will be issued in accordance with FAR Part 12 and evaluated in accordance with FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. This procurement is 100 percent set aside for small business concerns. The associated North American Industrial Classification (NAICS) code is 561730 and the business size standard is $7,000,000.00. This requirement consists of nine (9) line items. Detailed line item descriptions are included in the attached Solicitation and Scope of Work. This synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil/. The provisions at 52.212-1, Instructions to Offerors Commercial, and 52.212-2, Evaluation Commercial Items, apply to this acquisition. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following text is added to paragraph (a) of FAR 52.212-2, Evaluation Commercial Items: Offeror Past Performance: The offeror must provide a description of work previously completed in the past 3 years that is similar in nature and scope to the work required under this procurement. This description shall include as a minimum a brief overview of the project, the location of the work, the dates the work was performed, and point of contact information for an individual with intimate with the project that can provide a past performance reference. Key Personnel - Supervisor: The work to establish the forest shall be supervised by an individual with a minimum of 5 years of experience with the direct seeding of hardwood trees. Each offeror shall submit a narrative description of the experience of the individual supervising this work. At a minimum this description shall include a description of the projects on which this individual worked that demonstrates the required experience and a list of references for work comparable to the scope of this project. The offeror may not substitute another supervisor for this individual unless agreed to by the Contracting Officer. Any requested substitution will be rated by the Government in terms of experience and must possess experience at least equal to that of the individual originally proposed Price Technical and past performance, when combined, are approximately equal to price. The clauses at 52.212-4, Contract Terms and Conditions Commercial Items, and 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders Commercial Items (Deviation), apply to this acquisition. The following clauses identified in 52.212-5 are considered applicable to this acquisition: 52.203-13, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-41, 52.222-50 (Alt 1), 52.222-51, 52.222-53, 52.222-54, 52.226-6, and 52.247-64. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), applies to this acquisition. The following clauses identified in 252.212-7001 are considered applicable to this acquisition: 252.237-7019, 252.247-7003, 252.247-7023, and 252.247-7024. Additional FAR and Department of Defense FAR Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.203-3, 52.203-6 (Alt 1), 52.203-11, 52.203-12, 52.203-15, 52.204-4, 52.204-10, 52.204-11, 52.209-2, 52.209-5, 52.209-6, 52.212-3 (Alt 1), 52.214-34, 52.214-35, 52.215-2 (Alt 1), 52.215-6, 52.215-21 (Alt IV), 52.219-1 (Alt 1), 52.219-6, 52.219-8 (Dev), 52.219-14, 52.219-28, 52.222-3, 52.222-18, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-42, 52.222-50, 52.222-54, 52.222-99 (Dev), 52.225-13, 52.232-33, 52.233-2, 52.233-3, 52.233-4, 52.242-13, 52.244-6, 52.246-4, 52.247-34, 52.252-1, 52.252-2, 52.252-5, 52.252-6, 52.253-1, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 (Alt A), 252.204-7006, 252.209-7001 (Dev), 252.209-7004, 252.212-7000, 252.225-7001, 252.225-7002, 252.225-7012, 252.232-7003, 252.232-7010, 252.243-7001, 252.243-7002, 252.243.7023, and 252.247-7024 All responsible sources that can meet the requirements may respond to this solicitation. Proposals must include a signed Standard Form (SF) 1449 with acknowledgement of any posted Amendments, documentation as requested in clause 52.212-2, and pricing for each Contract Line Item (CLIN). Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Proposals must be received by 14 September 2010 by 10:00 a.m. (CST). Offers may be submitted by email (preferred) or mail to: U.S. Army Corps of Engineers Attn: Kevin Henricks, Contracting 180 East 5th Street, Suite 700 Saint Paul, MN 55101-1678 Email: kevin.p.henricks@usace.army.mil A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Questions concerning this solicitation should be directed to Kevin Henricks, by email at kevin.p.henricks@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-10-R-0023/listing.html)
- Place of Performance
- Address: USACE District, St. Paul Contracting Division CEMVP-CT, 180 East Fifth Street, Suite 700 St. Paul MN
- Zip Code: 55101-1678
- Zip Code: 55101-1678
- Record
- SN02257886-W 20100829/100827235246-97c0f2282020908b976d8e2419e28a7b (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 |