Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 19, 2018 FBO #5932
MODIFICATION

F -- Noxious Weed Treatment on the Republic and Three Rivers Ranger District, Colville National Forest

Notice Date
2/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Contracting North - Colville NF, 765 S. Main, Colville, Washington, 99114, United States
 
ZIP Code
99114
 
Solicitation Number
1205G118Q0010
 
Archive Date
4/12/2018
 
Point of Contact
Cathy E. Van Alyne, Phone: (509) 684-7114
 
E-Mail Address
cvanalyne@fs.fed.us
(cvanalyne@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Noxious Weed Spraying Services on Three Rivers and Republic Ranger Districts, Colville National Forest The Republic and Three Rivers Ranger Districts on the Colville National Forest proposes to contract for herbicide treatment of noxious weeds during the winter of 2017/2018. Location of the work is in Stevens and Ferry Counties, Washington (located in the NE portion of Washington State). Work will vary in locations throughout the two Districts. Backpack, ATV/UTV and truck spraying methods will be required. Work will vary in locations throughout the two Districts. The Contractor shall furnish all labor, supervision, materials, equipment, tools, transportation and supplies to complete the job. Contractor shall furnish all herbicide. Contractor shall be licensed by the State of Washington as a Commercial Operator with the ability to apply herbicide on public land. The resultant contract will be an Indefinite Delivery / Indefinite Quantity contract with a base year and two one-year option periods (for Fiscal Years 2018 and 2019). Currently, the Government is estimating one award to be made. The ceiling price for all three years is currently estimated at $210,000. However, the actual amount will be listed in the solicitation. Price will be quoted by the acre and mile depending on the line item. Task orders will be placed based on site conditions, prices listed in the contract and funding availability. Work in the field is estimated from May 15th through October 15th depending on weather and site locations. The Contractor will be paid for actual work ordered, performed and accepted by the Government (more information will be listed in the solicitation). This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably prices. Where available, these products would first be acquired from among qualified products that fall under the umbrella of items designated through the Federal Biobased Products Preferred Procurement Program (FB4P). This project will be advertised as a written request for quotes (RFQ) under the simplified acquisition procedures. The procurement is considered under the commercial test program. Estimated issue date of the solicitation is on or about February 17, 2018. The solicitation will be posted electronically at this (FedBizOpps) site when it issues. The actual quote due date will be listed in the solicitation. The project is a 100 percent small business set-aside. The NAICS code is 115310 and Size Standard is $7.5 million. All responsible sources may submit a quote which will be considered. An electronic copy of the solicitation will be posted at the site on the issue date. Notes: Funding for this requirement is currently not available, but is anticipated for this fiscal year 2018. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the solicitation's closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror/quoter for any costs incurred. The reason for the notice to be issued this time of year is to allow for potential quoters to visit the units this fall to ascertain the extent of work involved and to satisfy themselves regarding all general and local conditions that may affect the prices to the extent the information is obtainable and while the sites are still accessible. Some changes from this notice may occur from the actual solicitation, but the enclosed information is a representative of work to be done. In no event shall failure to inspect the site constitute grounds for a claim after the contract has been awarded (reference FAR Clause 52.237-1). No guided tours will be held. For information about site locations, please call Travis Fletcher at the Republic Ranger District. His number is 509.775.7424. The Government assumes no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of a contract, unless such understanding or representation the Government is expressly stated in a subsequent solicitation and contract. All inquiries concerning this potential project must be directed to me a 509.684.7114 or fax 509.684.7280. You may also e-mail me at cvanalyne@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05G1/1205G118Q0010/listing.html)
 
Place of Performance
Address: Ferry County, United States
 
Record
SN04827490-W 20180219/180217230038-497fdf0b51699064e8b4b7d6dfcb8cdd (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.