SOLICITATION NOTICE
F -- Non-Native Invasive Plant Control IDIQ
- Notice Date
- 1/5/2015
- Notice Type
- Presolicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Ohio River Basin - Mark Twain NF, 401 Fairgrounds Road, Rolla, Missouri, 65401, United States
- ZIP Code
- 65401
- Solicitation Number
- AG-64R4-S-15-0001
- Archive Date
- 3/4/2015
- Point of Contact
- Carrie L Edwards, Phone: 304-536-2144
- E-Mail Address
-
cledwards@fs.fed.us
(cledwards@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: The Mark Twain National Forest in Missouri has a requirement to enter into an Indefinite Delivery, Indefinite Quantity (IDIQ) Performance Based Service Contract(s) (PBSC) for control of nonnative invasive species of plants and selected "invasive-like" native plants using herbicide treatments. The Contractor will be required to provide all expertise, labor, supervision, services, herbicides, carriers or adjuvants, herbicide dye, materials, equipment, tools, supplies, transportation, licenses, permits, worker personal protective equipment (PPE), and incidentals necessary to perform the required work. All deliverables must be in compliance with the terms, specifications, conditions and provisions of this solicitation and are to comply with applicable, Local, State and Federal codes. LOCATION: Performance of non-native invasive plant control will be throughout the Mark Twain National Forest. The Mark Twain National Forest administers approximately 1,485,800 acres in southern Missouri. The Forest is composed of nine separate geographic units in 29 counties which span the state 200 miles east to west and 175 miles north to south. INFORMATION FOR OFFERORS: This requirement is being solicited as a commercial item. Requests for Proposals (RFPs) are being requested in accordance with FAR Parts 12 (Acquisition of Commercial Items) and 15 (Contracting By Negotiation). Award of multiple firm, fixed-price multiple year performance based service contracts is anticipated. The requirement is for a base period and an additional 4 (four) one-year option periods. Offerors should propose prices for as many contract line items as they can on the Schedule of Items for the base and all option periods. Prices may be submitted for more than one geographic area. SET ASIDE: This procurement is set aside 100% for Small Businesses. NAICS code is 115310 - Support Activities for Forestry and the Small Business Size Standard is $7.5 million average annual receipts. CONTRACTOR QUALIFICATIONS: All Offerors must have an active registration in the System for Award Management (SAM) database at the time of proposal evaluation. Registration in SAM may be completed on the Internet at http://www.sam.gov. This solicitation will ONLY be available electronically. All solicitation documents will be available for downloading from the Federal Business Opportunities website (www.fbo.gov) on or around January 16, 2015. Responsible sources may submit a proposal which, if timely received, shall be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f211fbf71c17bd21fbbb72f665400936)
- Place of Performance
- Address: Mark Twain National Forest, Forestwide, Missouri, United States
- Record
- SN03608840-W 20150107/150105234549-f211fbf71c17bd21fbbb72f665400936 (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 |