SOLICITATION NOTICE
F -- HM - Noontime Demolition Project - Solicitation Package
- Notice Date
- 6/20/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- 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-14-0040
- Archive Date
- 8/5/2014
- Point of Contact
- Annette C. Caliguri, Phone: 906-428-5842, James Strezishar, Phone: 231-775-5023, Ext. 8738
- E-Mail Address
-
acaliguri@fs.fed.us, jtstrezishar@fs.fed.us
(acaliguri@fs.fed.us, jtstrezishar@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 10 - Experience Questionnaire Attachment 9 - Wage Determination Attachment 8 - Allen Site Attachment 7 - Hess Site Attachment 6 - Cline Site Attachment 5 - Ahlborn Site Attachment 4 - Oakey Site Attachment 3 - Fountain Site Attachment 2 - Project Pictures Attachment 1 - Project Maps AG-569R-S-14-0040 Solicitation Document Description: The Lake States Acquisition Team announces an opportunity to provide services for the demolition and removal of all buildings, structures, any and all debris, and garbage on seven lots in Crawford and Oscoda Counties on the Huron Manistee National Forest in Michigan. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-569R-S-14-0040. This solicitation is issued as a Request for Quote (RFQ) for a firm-fixed price contract. Simplified Acquisition procedures will be used for this acquisition per Federal Acquisition Regulations (FAR) Part 13. These documents incorporate provisions and clauses in effect through Federal Acquisition Circular FAC 2005-74. This procurement is a total small-business set aside. The NAICS code is 238910 and the Small Business Size Standard is $14.0M. Further provisions, clauses, and addenda including, but not limited to, commercial provisions 52.212-1, 52.212-2, 52.212-3 and commercial clauses 52212-4, 52.212-5 are incorporated in the attached solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far. Description of Requirements: The Contractor shall provide all labor, equipment, materials, supplies, and supervision required to clear, demolish and dispose of items as described in the specifications and directed by the Contracting Office. Contract work shall be performed after September 15, 2014 and must be completed by October 31, 2014. The Contract Implementation period is the time period for the completion of all bid items. Bid Items are as follows : 01 Removal of all debris and site Restoration at the Elsey Cabin site. 02 Complete demolition of all structures, removal of all debris, and site restoration at the Fountain Cabin site. 03 Abandonment of well by State of MI Licensed well driller at the Fountain Cabin site. 04 Complete demolition of all structures and Removal of all debris and sit restoration at The Oakey Cabin site. 05 Complete demolition of all structures and Debris and site restoration at the Cline Cabin site. 06 Complete demolition of all structures and Removal of all debris and site restoration At the Hess Cabin site. 07 Complete demolition of all structures and Debris and site restoration at the Ahlborn Cabin site. 08 Abandonment of well by State of MI Licensed well driller at the Ahlborn Cabin site. 09 Complete demolition of all structures and Removal of all debris and site restoration At the Allen Cabin site. Evaluation of quotes will be based on Best Value to the government as determined by price and technical data in accordance with Section B - Schedule of Items and the Evaluation Factors in Section M of the attached solicitation document. All offers must contain the following completed information : Section B - Schedule of Items and Contractor Information Section K - Commercial Items Representation & Certifications and provision 452.209-70 Technical Information listed in Section M - past performance, experience, references, etc. (may be provided on the attached Experience Questionnaire form or similar format). Vendors must be registered in the System for Award Management (SAM) prior to receiving a government contract. See www.sam.gov for details. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury. For more information and/or to establish an account, please visit http://www.ipp.gov/vendors/enrollment-vendors.htm ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Annette Caliguri at acaliguri@fs.fed.us. Relevant questions and answers will be posted to FBO. It is the contractor's responsibility to remain up to date on all available Q&A's as well as any potential resulting amendments. 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-14-0040/listing.html)
- Place of Performance
- Address: Huron Manistee National Forest, Crawford and Oscoda Counties, Cadillac, Michigan, 49601, United States
- Zip Code: 49601
- Zip Code: 49601
- Record
- SN03402315-W 20140622/140620235901-96ccda8f767362b9031fc3efcfb508d6 (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 |