SOLICITATION NOTICE
F -- Wildlife Habitat Improvement IDIQ Solicitation, Ottawa National Forest, Michigan
- Notice Date
- 5/13/2020 6:40:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- USDA FOREST SERVICE RHINELANDER WI 54501 USA
- ZIP Code
- 54501
- Solicitation Number
- 12569R20Q0023
- Response Due
- 6/13/2020 12:00:00 PM
- Archive Date
- 07/12/2020
- Point of Contact
- Danette Cappello, Phone: 4142971593, Scott Pearson, Phone: 9063584027, Fax: 9063584000
- E-Mail Address
-
danette.cappello@usda.gov, stephen.pearson@usda.gov
(danette.cappello@usda.gov, stephen.pearson@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Lakes States Acquisition Team announces an opportunity for Wildlife Habitat Improvement Services Indefinite Delivery-Indefinite Quantity (IDIQ) contracts on the Ottawa National Forest in Michigan. The applicable North American Industry Classification System (NAICS) code is 115310. The Small Business Administration size standard is $8.0 million. Contractors are required to be actively registered with the System for Award Management (SAM) at �https://www.sam.gov/SAM/ in order to be considered for award. No reimbursement will be made for any costs associated with providing information in response to this synopsis, the solicitation or any follow up information requests. The solicitation is posted to this FedBizOpps (FBO) announcement and no hard copies of the solicitation, supporting documents and applicable amendments, if any, will be provided. One or more IDIQ contracts will be awarded from this solicitation with a performance period of five years from date of award. The maximum award amount, of all IDIQ contracts combined, shall not exceed $750,000. Task orders announced as attachments D, E,�F and G are anticipated to be awarded with initial IDIQ contract awards. Possibly, a contractor could be awarded an IDIQ contract without receiving an initial task order award. Quotes may be emailed to the address located on page 20 of the combined synopsis/solicitation or emailed to danette.cappello@usda.gov. As stated on page 21 of the solicitation, a complete quote will consist of: -���������� Completed schedules of items from the four task orders (Attachments D, E, F and G); -���������� Completed pages 21-35 of this combined solicitation; -���������� A technical proposal consisting of the following items: Technical Capability: Key Personnel: Provide a list of all personnel to be used on the project (including sub-contractors) and describe their knowledge, experience, education, and qualifications that enable them to perform work on resultant contract. Operating Plan must include an equipment to be used list with plan of work that includes a quality control plan (QCP), safety plan, and a work schedule that meets the time frames specified in the contract. Provide a detailed Quality Control Plan (QCP) that demonstrates quality will be assured and contract requirements and specifications will be met.� It shall describe how quality will be monitored to assure the performance standards are met; the supervision of the work; and personnel that will be performing the quality control. In addition, the Contractor should address industry standard guidelines, and any applicable State or Federal specifications, protection to the environment and wildlife habitat, and public safety in constructing a Quality Control Plan. All workers on site removing vegetation must have ability to identify common tree and shrub species. Past Performance & Experience on Similar Projects: An Experience Questionnaire is included as Attachment B to this solicitation. You may submit your past performance/previous experience, equipment you will use, including any bio-based products proposed or used in your equipment, and contract administration information on the questionnaire, or submit the equivalent information in your preferred format. List the diversity of equipment that can be deployed to quickly and efficiently implement the project within seasonal restrictions. Provide a list of completed past projects with similar scope for the last three years, (include a brief description of the project and how it is similar to this one, dollar amount, project location and who the work was performed for). Include reference names and phone numbers for these projects. Offerors without a record of past performance will receive a neutral rating for past performance only. Biopreferred Products https://www.biopreferred.gov/BioPeferred/ Non Ozone Depleting Substances https://www.epa.gov/snap Alternative Fuel Vehicles and Alternative Fuels https://afdc.energy.gov Water Efficient Products https://www.epa.gov/watersense/watersense-products Energy Efficient Products https://www.energystar.gov/products
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9963af66093349b0aa1fc28b060f9ecd/view)
- Place of Performance
- Address: MI 49969, USA
- Zip Code: 49969
- Country: USA
- Zip Code: 49969
- Record
- SN05655809-F 20200515/200513230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |