MODIFICATION
F -- BLM Twin Falls Herbicide Application
- Notice Date
- 8/9/2018
- Notice Type
- Modification/Amendment
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- BLM OC-NOC SVC & SUPPLY SEC(OC663) DENVER FEDERAL CENTER BLDG. 50 POB 25047 DENVER CO 80225 US
- ZIP Code
- 00000
- Solicitation Number
- 140L0618R0097
- Response Due
- 8/15/2018
- Archive Date
- 8/30/2018
- Point of Contact
- Quinones, Kirsten
- Small Business Set-Aside
- Total Small Business
- Description
- BLM Twin Falls Herbicide Application Pursuant to Federal Acquisition Regulation (FAR) 12.603(a), the Contracting Officer is issuing a combined synopsis/solicitation for the acquisition of Herbicide Application services at various Twin Falls, Idaho locations. (i) This is a combined synopsis/solicitation for the acquisition of commercial services 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; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation Number 140L0618R0097 is being issued as a Request for Quotation (RFQ). This solicitation will utilize the policies contained in FAR Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 effective July 20, 2018. (iv) This solicitation is being issued as a 100% total small business set-aside. The NAICS associated with this solicitation is 115310, Support Activities for Forestry, size standard of $7,500,000.00. (v) See the attached Statement of Work (SOW) for detailed requirements (Attachment 4), the pricing sheet to be completed and returned with your quotation is included in the SOW. Wage Determination 1995-0317 Revision 44 dated July 10, 2018 is hereby incorporated into this combined synopsis/solicitation (Attachment 1). (vi) The services to be acquired through this combined synopsis/solicitation are Herbicide Application at various Twin Falls, Idaho locations. (vii) Performance location is detailed in the attached SOW (Attachment 4). See also Maps for Schedule A (Attachment 2) and B (Attachment 3). (viii) FAR Provision 52.212-1, Instructions to Offerors ¿ Commercial, applies to this acquisition. Potential offerors shall read and comply with all of the requirements. (ix) Basis for Award: This is a competitive Lowest Price Technically Acceptable source selection. To be eligible for award, the offeror must be deemed responsible in accordance with FAR 9.104; provide all documentation/information required in the instruction section of this solicitation, meet all requirements of the solicitation and conform to all required terms and conditions; unless a proposed exception is accepted by the Government. Failure to comply with the terms and conditions (Attachment 5) of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identifying any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government seeks to award to the offeror who provides the lowest price technical acceptable in meeting the requirements. (x) Offerors shall include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications ¿ Commercial Items, with their quotation. (xi) FAR Clause 52.212-4, Contract Terms and Conditions ¿ Commercial Items applies to this acquisition. See Attachment 5 for FAR reference. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿ Commercial Items, applies to this acquisition. See Attachment 5, FAR Clause 52.212-5 for additional information. (xiii) Additional clauses that apply to this acquisition are provided at Attachment 5. These clauses will be incorporated into the successful offerors ¿ contract award. Additional provisions that apply to this acquisition are provided at Attachment 5. These provisions are incorporated into this solicitation, but will not be incorporated into the successful offerors ¿ contract award. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Quotations are due no later than Wednesday, August 15, 2018, 1500 MT. Quotations shall be submitted via electronic mail to the point of contact listed below in section (xvi). Interested parties may submit questions relating to this solicitation via electronic mail to the point of contact listed in section (xvi) and are due no later than Monday, August 6, 2018 1500 MT. (xvi) The following individual is the point of contact for this combined synopsis/solicitation. Kirsten Qiuñones Contracting Officer Bureau of Land Management National Operations Center Email: kquinones@blm.gov The following attachments are hereby incorporated into this combined synopsis/solicitation: Attachment 1 ¿ Wage Determination Idaho 95-0317 Attachment 2 ¿ Schedule A Maps Attachment 3 - Schedule B Maps Attachment 4 ¿ SOW Attachment 5 ¿ Clauses ¿ Provisions - Basis of Award ¿ Evaluation Criteria
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/140L0618R0097/listing.html)
- Record
- SN05028599-W 20180811/180809230951-a7b0b6e0583f68e47f6910dfd25731d5 (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 |