SOLICITATION NOTICE
F -- INF HFR Service Mastication Hand Thinning - Fire Plan - Contract Area Maps - Past Performance / Capability Information - Wage Determination - Statement of Work - SF 1449
- Notice Date
- 4/30/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-5, Central CA Acquisitions Service Area, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250, United States
- ZIP Code
- 95959-2250
- Solicitation Number
- 129JGP18Q0063
- Archive Date
- 6/8/2018
- Point of Contact
- Robert Briney, Phone: 5304786120
- E-Mail Address
-
rwbriney@fs.fed.us
(rwbriney@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- SF 1449 Statement of Work Wage Determination Past Performance / Capability Information Contract Area Maps Fire Plan (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing Solicitation Number 129JGP18Q0063. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, effective date Nov 6, 2017. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 115310 and the small business size standard is $19 million. (V) This combined solicitation/synopsis is to procure services to secure timber stand improvement (pre-commercial thinning, commercial thinning) and fuels reduction (snag abatement, thinning or piling/covering piles or brush cutting or a combination there of), services on the Inyo National Forest, CA. Contractor Responsibility: The Contractor shall provide everything - including, but not limited to, all equipment supplies, transportation, labor and supervision - necessary to complete the project, except for that which the contract clearly states is to be furnished by the Government. (VI) At a minimum, the service shall conform to statement of work and specifications. (VII) Location: Projects will be located within the boundaries of the Inyo National Forest, CA, on Mono Lake, Mammoth, and White Mountain Ranger Districts. The project areas are generally identifiable by changes in vegetation, roads, flagging, or through geographical information systems (GIS) data. The boundaries can be adjacent timber stands, recent harvest units, or other natural or manmade features that clearly define the boundary as noted on the project area maps. In most cases the interior and exterior boundaries of the project areas will be flagged with blue flagging or otherwise described below or by Contracting Officer's Representative (from now on COR). If there is any discrepancy on the boundaries of individual work areas within units the COR must be contacted as soon as possible and no more work must take place until the discrepancy is resolved. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jan 2017), applies to this acquisition. (IX) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm fixed price award will be made to the responsible offeror submitting a quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Price (2) Technical (3) Past Performance. (X) The Government will award a purchase order resulting from this solicitation to the offeror who submits the quote which provides the best value to the Government. (XI) Offerors must complete their Representations and Certifications online at http://SAM.gov or submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2017), with their quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2017) applies to this acquisition. The following clauses under subparagraph (b) apply: 1, 4, 8, 14, 16 18, 19, 22, 25, 26, 27, 28, 29, 30, 31, 33, 34, 35, 42, 44, 46, 47, 49, 55, and 56. The following clauses under subparagraph (c) apply: 2, 3 and 8. Additional Contract Requirements: 52.204-7 System for Award Management. (Oct 2016) 52.204-13 System for Award Management Maintenance. (Oct 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (SEP 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) Electronic Invoicing and Payment Requirements, Invoicing Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions, Commercial Items included in commercial item contracts. The IPP website address is: http://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor's Invoice, along with any other supporting documentation as stipulated by the Contracting Officer. (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 3:00 P.M. PST on Thursday, May 24th, 2018. All quotes must be emailed or mailed to the attention of Robert Briney. Email address: rwbriney@fs.fed.us. Mailing Address: 631 Coyote St, Nevada City CA, 95959. Companies are encouraged to submit complete products specifications and detail sheets. Quotes may be on the vendor's letterhead and should state the total price, specs, and the companies DUNs number. (XVI) Any questions regarding this RFQ should be directed to Robert Briney at rwbriney@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/129JGP18Q0063/listing.html)
- Place of Performance
- Address: 2500 Hwy 203, Mammoth Lakes, California, 93546, United States
- Zip Code: 93546
- Zip Code: 93546
- Record
- SN04904813-W 20180502/180430230708-33a740963c5cf311b135d84c0aee0df6 (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 |