SOLICITATION NOTICE
F -- Ottawa National Forest Aspen Site Preparation - AG-569R-S-13-0034 Solicitation Documents
- Notice Date
- 6/17/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Lake States Acquisition Team (LSAT), 500 Hanson Lake Road, Rhinelander, Wisconsin, 54501, United States
- ZIP Code
- 54501
- Solicitation Number
- AG-569R-S-13-0034
- Point of Contact
- Annette C. Caliguri, Phone: 906-428-5842, Ted Frank, Phone: 906-932-1330 Ext. 515
- E-Mail Address
-
acaliguri@fs.fed.us, tjfrank@fs.fed.us
(acaliguri@fs.fed.us, tjfrank@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor Experience Forms (optional) Wage Determination South Zone Aspen Site Prep Maps North Zone Aspen Site Prep Maps AG-569R-S-13-0034 Solicitation Document (i) 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. (ii) The solicitation number is AG-569R-S-13-0034. This solicitation is issued as a request for quotations (RFQ) for a Firm Fixed Price contract. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. Provisions and clauses incorporated by references have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Agriculture Acquisition Regulations (AGAR) can be accessed at http://www.farsite.hill.af.mil/ OR http://www.acquisition.gov/far/and http://www.usda.gov/procurement/policy/agar/html (iv) This is a total small-business set-aside. the associated NAICS code is 115310 and the small business size standard is $7M. (v) The project is located on the Ottawa National Forest in the Upper Peninsula of Michigan and consists of site preperation for a total of 795 acres on Ranger Districts within the Forest Area. Line Item 1: Ontonagon RD: Site prep total of 155 acres Line Item 2: Bergland RD: Site prep total of 258 acres Line Item 3: Iron River RD: Site prep total of 279 acres Line Item 4: Watersmeet/Bessemer RD: Site prep total of 103 acres Contractors may bid on any or all items. (vi) Description of requirements: Firm-fixed, non-personal services to provide all personnel, equipment, tools, supervision and other items necessary to release recently harvested aspen stands from competing vegetation and allow increased sunlight to reach the aspen sprouts thus allowing them to better regenerate and afford them better survival and health on the Ottawa National Forest in accordance with all applicable laws, regulations, standards, instructions, commercial practices and as described in Performance Work Statements (PWS) and Specification documents. (See attached solicitation document AG-569R-S-13-0034 for additional technical specifications and requirements) (vii) The start date will be on/or about July 22nd, 2013 and must be completed by October 31, 2013. Place of performance is on the Ottawa National Forest in Ontonagon, Houghton, Gogebic and Iron Counties of Michigan. (viii) Provisions at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. (ix) Evaluation of quotes will be based on the Best Value to the government as determined by price and technical data in accordance with Schedule B - Schedule of Items and the Evaluation Factors in Section M of the attached solicitation AG-569R-S-13-0034 document. (x) Offerors shall include a completed copy Section K of the Offeror Representations and Certifications provided in the solicitation AG-569R-S-13-0034 document OR a copy of Representations and Certification from SAM if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) online at www.sam.gov. If an offeror has not completed the annal representations and certifications electronically, the offeror must complete and return the copy from Section K or a copy of the provision at 52.212-13, Offeror Representations and Certifications - Commercial Items with its quote. SAM replaces CCR/FedReg., ORCA, and ELPLS. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commerical Items, applies to this acquisition. Additional clauses applicable to this acquisition can be found in the solicitation AG-569R-S-13-0034 document. (xiii) Additional contract requirements or terms and conditions: All responsible sources may submit a response which, if timely received, must be considered by the agency. Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract. Labor Wage Determination applicable to this requirement is: WD 1981-0136 (Rev.-35) dated 08/20/2012. If a DOB WD changes prior to award, the newest wage determination will be utilized. (xiv) N/A (xv) Information required in Quote: (From solicitation AG-569R-S-13-0034 document) Section B - Schedule of Items and contractor information. Section K - Representations and Certifications OR copy of SAM Reps & Certs, OR 52.212-3 Commercial Items Representations and Certification AND provision 452-209-70. Section M - Evaluation information (past performance, experience, references - may be provided on the attached contractor experience form or similar format). (xvi) ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Annette Caliguri at acaliguri@fs.fed.us. Questions and answers will be posted to FBO so please check back often as it is the contractor's responsibility to remain up to date on all available Q&A's as well as any potential resulting modifications. All questions must be received NLT three days prior to solicitation close date, or the government is under no obligation to review and/or address the questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/AG-569R-S-13-0034/listing.html)
- Place of Performance
- Address: Ottawa National Forest, Ontonogan, Houghton, Gogebic and Iron Counties, Ironwood, Michigan, 49938, United States
- Zip Code: 49938
- Zip Code: 49938
- Record
- SN03091052-W 20130619/130617234843-44f0b5e3a7ceb09d7863c58af80b7959 (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 |