SOLICITATION NOTICE
F -- PRESCRIBED FIRE MANAGEMENT SERVICES - 1449 SOLICITATION
- Notice Date
- 3/26/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J2-18-Q-7006
- Archive Date
- 5/10/2018
- Point of Contact
- Seth I. Swieter, , Daniel H. Halverson,
- E-Mail Address
-
seth.i.swieter.mil@mail.mil, daniel.h.halverson.mil@mail.mil
(seth.i.swieter.mil@mail.mil, daniel.h.halverson.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FIRE MANAGEMENT BLOCKS PRESCRIBED FIRE MANAGEMENT SERVICES 1449 SOLICITATION COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (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 is attached. Solicitation W912J2-18-Q-7006 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2005-97, dated 06 Nov 2017. This requirement is set-aside 100% small businesses. North American Industry Classification System Code (NAICS) is 115310 - Fire Prevention, Forest, with a size standard of $7.5 Million. All qualified Small Businesses under this industry are encouraged to submit proposals. DESCRIPTION OF REQUIREMENT: Prescribed Fire Management Services The contractor shall provide all personnel, materials, tools, equipment, and supervision necessary, to perform Prescribed Fire Management Services, as defined in the attached Performance Work Statement (PWS). Performance Location: Hardwood Air to Ground Gunnery Range, Finley, WI 54646 The anticipated Period of performance is 30 April through November 2018. BASIS FOR AWARD: The Government will evaluate proposals in accordance with FAR 13.106-2 and will award a contract resulting from this solicitation to the responsible contractor whose proposal is determined to be the best priced received which meets the Governments technical needs. Offeror's will be evaluated on the following: 1.Price 2. Technical Capability - In order to be determined Technically Acceptable, proposals shall include vendors Technical Proposal. The Contracting Officer will evaluate Federal Systems for Contractor Responsibility Determination, below. a.Technical Proposal - Proposal should demonstrate a complete understanding of the requirements as outlined in the Performance Work Statement. i.Provide proof of National Wildfire Coordinating Group (NWCG) certification 1.Limited to five (5) pages, 12 pt. font, one (1) inch margins b.Contractor Responsibility Determination - A contractor is deemed responsible if it has zero negative entries in the following systems: i.System for Award Management with zero exclusions ii.Federal Awardee Performance and Integrity Information System Technical Capability will be evaluated on an Acceptable/Unacceptable basis. An offeror shall obtain an "Acceptable" rating to continue further in the competition. Offerors who are deemed to merit an "Unacceptable" rating in the Technical Capability Factor will be removed from further consideration for award. Proposals are evaluated for acceptability, but not ranked using the non-price factors. In order to be considered awardable, there must be an "acceptable" rating in every non-price factor. ADJECTIVAL RATING DESCRIPTION Acceptable:Proposal meets the requirements of the solicitation Unacceptable: Proposal does not meet the requirements of the solicitation The Government intends to evaluate proposals and award a contract without discussion. Therefore, the Offeror's initial proposal should contain the Offeror's best terms from a technical and a price standpoint. EVALUATION OF PROPOSALS: The Government will evaluate proposals as follows: All proposals will be evaluated for technical acceptability using the criteria stated above. All proposals that are determined technically acceptable will then be ranked by price from low to high. The Government will then make contract award to the lowest priced proposal deemed technically acceptable. APPLICABLE LABOR LAWS: This solicitation is subject to the Service Contract Labor Standards FAR 52.222-41 Wages under this contract are subject to the prevailing wages which can be found at www.wdol.gov REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) SPECIAL INSTRUCTIONS: Offerors shall be required to return the attached Standard Form 1449 Solicitation, W912J2-18-Q-7006 signed and filled in appropriately as their offer along with any additional information required to be submitted by FAR 52.212-1 Instructions to Offerors Addenda and any additional fill-in provisions. All contractors MUST be registered in the System for Award Management (SAM) http://www.sam.gov database prior to any contract award. The Government may not delay award for the purpose of allowing a contractor time to register in SAM. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. QUESTIONS DUE DATE AND TIME: All questions concerning this solicitation, W912J2-18-Q-7006, shall be sent via email to seth.i.swieter.mil@mail.mil by 25 April 2018 at 1:00 PM CDT. A question and answer (Q&A) will be posted approximately 2 business days after all questions have been received. OFFER DUE DATE AND TIME: Offers are due 25 April 2018 at 1:00 PM CDT. Offerors MUST provide proposal via e-mail ONLY. LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Proposals or modification of proposals received at the e-mail address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by email to the address below. The Government will not answer questions via telephone. MAIN POC: MSgt Seth I. Swieter, Contract Officer, seth.i.swieter.mil@mail.mil or TSgt Dan H. Halverson, Contract Specialist, daniel.h.halverson.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-18-Q-7006/listing.html)
- Place of Performance
- Address: Hardwood Air to Ground Gunnery Range, FINLEY, Wisconsin, 54646, United States
- Zip Code: 54646
- Zip Code: 54646
- Record
- SN04866780-W 20180328/180326231209-c6ab0c200f7f3937a50b22850f24e57a (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 |