Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2014 FBO #4543
SOLICITATION NOTICE

Z -- Camp Creek Watershed Large Wood Placement - Specifications

Notice Date
5/1/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Central Oregon Procurement, Ochoco NF, 3160 NE 3rd, Prineville, Oregon, 97754
 
ZIP Code
97754
 
Solicitation Number
AG-04N0-S-14-0004
 
Point of Contact
Bryce H Kamerdula, Phone: 541-416-6538
 
E-Mail Address
bhkamerdula@fs.fed.us
(bhkamerdula@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Vicinity Maps Wage Rate Fire Clauses PWS and Specs 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; quotes are being requested and a written solicitation will not be issued. Solicitation AG-04N0-S-14-0004 is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. SET--ASIDE: This acquisition is Set-Aside for Total Small Business. All potential offerors may submit a quote for this acquisition. If a minimum of two competitive offers from eligible small business concerns are not received, any awards resulting from this combined solicitation and synopsis will be made on the basis of full and open competition from all responsible business concerns submitting an offer. The NAICS Code is 115310 and small business size standard is $7 million. The Government will issue an order as a result of this Request for Quotations to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government, cost or price and other factors considered. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussion with any or all quoters. DESCRIPTION OF WORK: The contractor shall be responsible for providing and supervising sufficient and qualified personnel and acquiring and maintaining all required equipment, tools, materials, vehicles, supervision and other items and services necessary to successfully accomplish the Camp Creek Watershed Large Wood Placement which involves equipment rental with operator for an excavator and log truck, Malheur National Forest. This includes but is not limited to large wood placement, log haul, and restoration services for Camp Creek Watershed. The Contractor's crew shall have the appropriate tools, experience, and equipment to conduct the required work in a safe, effective, and efficient manner. The Contractor shall comply with all applicable Federal, State, and Local regulations for hauling logs to specified locations. See attached Performance Work Statement (PWS). SPECS/ATTACHMENTS: The specifications (PWS), Fire Clauses, Vicinity Maps, Past Performance Data Sheet, Wage Rate, and required submittals (attached) are a part of this solicitation and any resulting contract. CONTRACT TIME: Anticipated start date is June 15, 2014 with all work being completed by (see attached schedule of items for individual line items) Required pricing shall be submitted on attached schedule of items. Contractors are required to bid all line items to be considered for award. SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The following provisions apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (June 1998), website is https://www.acquisition.gov/far/ FAR 52.212-1 Instructions to Offerors Commercial Items (July 2013), FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) [Evaluation will be based on Technical Approach, Past Performance, and Price. Technical and Past Performance when combined are approximately equal to cost or price. Technical Criteria includes: 1) Past performance information from the last 2 previous and relevant projects performed with clients name and phone numbers, 2) Key Personnel, 3) Equipment, and 4) Traffic Control. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Nov 2013); OR the offeror must have completed their annual representations and certifications electronically at System for Award Management (SAM) website. The following clauses apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), website is https://www.acquisition.gov/far/ and http://www.dm.usda.gov/procurement/policy/index.html for the Agriculture Acquisition Regulation (AGAR), FAR 52-204-7 System for Award Management; Note: Lack of registration in the System for Award Management will make an offer ineligible for award. FAR 52.212-4 Contract Terms and Conditions--Commercial Items Alternate I (Aug 2012), the following clauses are addenda to FAR 52.212-4: 52.236-3, 52.202-1 Definitions (Jan 2012), 52.203-3 Gratuities (Apr 1984), 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Prior to contract expiration) (Mar 1989), 52.217-4 Evaluation of Options Exercised at Time of Contract Award (July 1988), Site Investigation and Conditions Affecting the Work (Apr 1984), 52.236-7, Permits and Responsibilities (Nov 1991), 52.236-13, Accident Prevention (Nov 1991), AGAR 452.236-72, Use of Premises (Nov 1996), 452.236-73, Archaeological or Historical Sites (Feb 1988), 452.236-74, Control of Erosion, Sedimentation, and Pollution (Nov 1996), 452.236-77, Emergency Response (Nov 1996), FAR 52.22-50 Combating Trafficking in Persons (Feb 2009), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law of Breach of Contract Claim (Oct 2004), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JAN 2014) under paragraph (b), the following clauses are incorporated: (1) 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006), (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (6) 52.209-6, Protecting the Governments Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Dec 2010), (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (11) 52-219-6, Notice of Total Small Business Set-Aside (Nov 2011), (13) 52.219-8, Utilization of Small Business Concerns (July 2013), (14) 52.219-9, Small Business Subcontracting Plan (July 2013), (22) 52.219-28 Post Award Small Business Program Rerepresentation (July 2013), (25) 52.222-3, Convict Labor (Jun 2003), (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014), (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (28) 52.222-26, Equal Opportunity (Mar 2007), (30) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), (35) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007), (37) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), (41) 52.225-13 Restriction on Certain Foreign Purchases (June 2008), (45) 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (July 2013), under paragraph (c), the following clauses are incorporated: (1) FAR 52.222-41 Service Contract Act of 1965 as amended (Nov 2007), 52.242-14 Suspension of Work. (APR 1984), 52.246-6 Inspection-Time and Material and Labor Hour (May 2001), 452.246-70 Inspection and Acceptance (Feb 1988) (b) Inspection and acceptance will be performed at: Individual project sites before unloading equipment or materials, 52.243-3 Changes Time and Material Labor-Hours (Sept 2000), 452.216-74 Ceiling Price (Feb 1998), 52.223-1 Biobased Product Certification (May 2012), 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (2013), 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts (May 2008), AGAR 452.209-71 Alternative 1 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants. SUBMISSION OF OFFERS: Offers are due May 15, 2014 by 4:30 PST C.O.B. Offers may be faxed to Bryce Kamerdula at (541) 416-6661, emailed, or mailed to USDA, Forest Service, Ochoco National Forest, Attn: Bryce Kamerdula, 3160 NE 3rd Street, Prineville, OR 97754. Supplemental attachments are available on the Internet at the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov/. Submit the following items with offer: 1) Pricing Schedule, 2) Completed Representations and Certifications, as required in FAR 52.212-3 OR the offeror must have completed their annual representations and certifications electronically at System for Award Management (SAM) and 3) Technical Submittal. Questions regarding this announcement must be addressed to Bryce Kamerdula (541) 416-6538 or by email at bhkamerdula@fs.fed.us. Technical questions must be addressed to Dan Armichardy 541 575-3391. AGAR 452.209-70 Alternate I Representation by Corporations Regarding an Unpaid Delinquent Tax (a.) Awards made under this solicitation are subject to the provisions contained sections 433 and 434 in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, as amended and/or subsequently enacted, regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. INVOICE PROCESSING PLATFORM (IPP) The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The Contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasure. All invoices shall be submitted via the electronic Invoice Processing Platform. This platform is managed by the U.S. Department of Treasury and additional information is available at this website: https://www.ipp.gov/index.htm. Vendors register at: https://www.ipp.gov/vendors/enrollment-vendors.htm to establish an account.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04N0/AG-04N0-S-14-0004/listing.html)
 
Record
SN03353726-W 20140503/140501234745-55671c5d760ef29ad744b2eb310cc9de (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.