Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2017 FBO #5571
SOLICITATION NOTICE

F -- HM - Manual Site Prep - Westside - HNF Manual Site Prep Combined Synopsis/Solicitation

Notice Date
2/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
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-17-0016
 
Archive Date
4/6/2017
 
Point of Contact
Annette C. Caliguri, Phone: 906-428-5842, Keith Konen, Phone: 231-723-6121
 
E-Mail Address
acaliguri@fs.fed.us, kkonen@fs.fed.us
(acaliguri@fs.fed.us, kkonen@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
10-Offer Submission Documents 9-Experience & Capability Questionnaire 8-Wage Determination 7-Shingle Mill Timber Sale Map 6-Udell Timber Sale KV Map 5-Sandy Fuels KV Map 4-Peterson Bridge KV Area Map 3-Loony Timber Sale KV Map 2-Highway Divider Timber Sale Area Map 1-Borderline Timber Sale KV Area Map AG-569R-S-17-0016 COMBINED SYNOPSIS/SOLICITATION DOCUMENT Solicitation Number AG-569R-S-17-0016 Huron Manistee National Forest Manual Site Prep - Westside The Lake States Acquisition Team announces an opportunity for Manual Site Preparation Services for Natural Regeneration on the Huron Manistee National Forest Ranger Districts of Baldwin/White Cloud, and Cadillac/Manistee in the Lower Peninsula of Michigan. Services will include the contractor furnishing all personnel, equipment, tools, supplies, transportation, supervision and incidental to perform site prep on a total of 17 units covering 399 acres within seven timber sale areas. Notification of award will be issued on or about March 27, 2017. The contract period is expected to start July 15, 2017 and must be completed by October 31, 2017. 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. This solicitation is issued as a RFQ. The documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This procurement is set aside for Total Small Businesses. The NAICS code is 115112 and the Small Business Size Standard is $7.5M. Vendors must be registered in Systems for Award Management (SAM) www.sam.gov prior to receiving a government contract. Obtaining a DUNS number and registering in SAM are free. Schedule of Items: Estimated Item Description Quantity Unit 1. Borderline 71 Acres 2. Highway Divider 132 Acres 3. Loony 16 Acres 4. Sandy Fuels 31 Acres 5. Peterson Bridge 19 Acres 6. Udell 96 Acres 7. Shingle Mill 34 Acres Specification and additional details are described in the Combined Synopsis/Solicitation Document as well as a list of evaluation factors (FAR Provision 52.212-2 Evaluation - Commercial Items). 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. One or more firm- fixed price contracts may be awarded to responsive and responsible offeror(s) on a Best Value basis. Each offer/technical proposal shall contain sufficient information to enable a thorough evaluation. The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect not to award at all. If necessary, the Government may conduct discussions with any or all offerors. It is in the offeror's best interest to fully respond to the Technical Proposal Submittal Requirements since an order may be issued on the basis of information received, without further discussion. All offers must contain the following to be considered responsive: (1) Experience and Past Performance, Safety Plan, Equipment and Employee availability/reliability (form provided for your convenience); (2) Information to define utilization of Biobased Products; (3) Completed Schedule of Items, with pricing, & contact information including DUNS #; (4) Annual representations and certifications - if not active in SAM, Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer (see www.acquisition.gov.far ) (5) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (6) Workforce Certification if using migrant and/or seasonal workers 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 and you can find more information at this website https://www.ipp.gov. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. 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. 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. Please check FBO 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 amendments. All questions must be received no later than three days prior to solicitation close date or the government is under no obligation to review and/or address the questions. All offers must be received by 4:30 EST on March 22nd, 2017 Offers may be submitted electronically to acaliguri@fs.fed.us, SUBJ: AG-569R-S-17-0016 Or hard copy to: USDA Forest Service - AG-569R-S-17-0016 Annette Caliguri, LSAT Contracting Officer 820 Rains Drive Gladstone, MI 49837 If submitting via email please note file size limitations, formatting or other problems may hamper receipt so please verify that the contracting officer has received your quote. No facsimile offers will be considered per (c)(1) of FAR clause 52.215-1 Instructions to Offerors -- Competitive Acquisition. (Jan 2004). Incomplete offers will not be accepted. Contacts for technical questions or additional information are: Amber Hasenback - amberhasenbank@fs.fed.us or 231-723-2211 Ext. 3106 Keith Konen - kkonen@fs.fed.us or 231-723-6121
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/AG-569R-S-17-0016/listing.html)
 
Place of Performance
Address: Baldwin/White Cloud Ranger District, Cadillac/Manistee Ranger District, Michigan, United States
 
Record
SN04409890-W 20170223/170221235803-b2644f6ce7d471ad645a327ab4185a69 (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.