Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2004 FBO #0870
SOLICITATION NOTICE

F -- Request For Quotations combined synopsis/solicitation in one, Base with four option years, IDIQ's for Fuels Management

Notice Date
4/12/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Ave Portland OR 97232
 
ZIP Code
22203
 
Solicitation Number
101814Q039
 
Response Due
5/18/2004
 
Archive Date
4/12/2005
 
Point of Contact
Kathy Haluschak Contracting Officer 5032316117 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
F--Request for Quotation, 101814Q039 this is a US Forest Service and US Fish and Wildlife Service Request for Quotation, Commercial Services-Fuels Management. This combined synopsis/solicitation is for commercial items and is prepared in accordance with the format in FAR subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Print solicitations will not be issued and proposals are requested in response to this notice. FAR clauses 52.212-1 thru -5 are applicable and this synopsis/solicitation incorporates all provisions and clauses in effect through Federal Acquisition Circular 21 (03/26/04). For Forest Service orders AGAR clauses 4G52.222-701 thru 703 and 4G52.236-77 apply and camping restrictions will be in accord with the MOU between the Forest Service and the USDOL. The awarded contract will be a 5 year IDIQ (with no minimum quantity) multi-agency/multiple award for services including but not limited to hand and machine treatments to reduce fuels and improve forest health. Work may range from standard chainsaw treatments; hand and machine slash piling/treatment, burning, fire suppression and presuppression activities, or related services. To the extent practicable, a minimum of three contracts will be awarded for each type of activity in each geographic area. Resultant contracts will be unique arrangements and the Government's consideration will be that only those venders with existing contracts will be eligible to submit a quote on described work offered by the Forest Service in the Blue Mountain ZAP, composed of the Malheur, Umatilla, and Wallowa-Whitman National Forests, and work offered by the Fish and Wildlife Service in the eastern portion of the states of Oregon and Washington. Other federal, state, and local agencies will be permitted to utilize these instruments as well. This is a 100% set-aside for small business. The standard SICS/NAICS classification is 0851/115310. Individual Task Orders will be issued referencing the prime contract award by warranted contracting personnel from any Federal, State, County, or local agency. Work may also be accomplished on private lands, but Task Orders will be issued and administered by a Government entity. FAR 52.216-18 applies: Orders may be placed from date of award through 9-30-09. Orders will be issued in writing, by mail, facsimile, or electronic methods. FAR 52.216-19 applies: (a) $2,500, (b) there are no maximum order limitations. FAR 52.216-22 applies; all work shall be completed by 12-31-2009. Contractors are not required to supply a quote on any individual task order. Both the Washington and Oregon Service Contract Act wage determinations apply (see 08000 Forestry and Logging Occupations and Fire Suppression Activities) # 1977-0209 (06-20-2003), #1977-0079 (06-20-2003) and #1995-0221 (12-22-2003). Contract awards will be based on the criteria noted below. Individual task orders will then be placed with consideration given to all awardees for the location and type of work. On an individual order basis, it may be in the form of a pricing quotation, or price and other factors. Consideration need not be limited to price. Specifications will be performance based (PBSC) and task orders will be issued on a firm-fixed price basis. Award Criteria is as follows: 1. Relevant Experience 2. Past Performance, 3. Personnel availability and locations of those personnel (public law 106-291 provides for enhancement of local and small business employment opportunities in rural communities. This may be accomplished by award to a local entity providing employment and training opportunities to people in rural communities, and/or hiring or training a significant percentage of local people to complete the contract.) And when applicable, 4. Contractor shall meet the US Forest Service, R6 Engine/Tender Contract Requirements or the Oregon State Interagency Crew Contract to quality for pre-suppression task orders. Criteria are listed in order of importance. Interested firms are requested to submit 1. A resume of the last three years of relative projects complete with contact names and phone numbers (past performance evaluations will be conducted) 2. Provide State of Oregon and/or Washington Farm/Forest Labor Contractor's License Number(s) or a statement of your exemption(s) 3. explain how you will provide employment and training opportunities in local, rural communities 4. provide Migrant and Seasonal (MSPA) Registration Numbers 5. Provide proof of R6 Engine/Tender Contract or Oregon State Interagency Crew Contract qualifications and note those personnel (if available) with red card qualifications. 6. Offerors shall complete the certifications and representations in FAR 52.212-3, and 7. Provide commercial pricing by crew person hour or equipment with operator hourly rate for any of the areas where offeror is interested in providing services as listed below. This information will be used only to determine area of interest, type of work, and initial award pricing evaluation. All task orders will be competed on an individual basis. Wallowa-Whitman NF: Chainsaw work______/hr, Hand work______/hr, Machine______/hr, Machine Type_______, Umatilla NF: Chainsaw work______/hr, Hand work______/hr, Machine_______/hr, Machine type__________ , Malheur NF: Chainsaw work______/hr, Hand work______/hr, Machine_______/hr, Machine type__________ , US Fish and Wildlife lands in Oregon: Chainsaw work______/hr, Hand work______/hr, Machine_______/hr, Machine type__________ , US Fish and Wildlife lands in Washington: Chainsaw work______/hr, Hand work______/hr, Machine_______/hr, Machine type__________ . Provide responses to US Fish and Wildlife Service, Contracting-Kathy Haluschak, 911 NE 11th Avenue, Portland, OR 97232-4181 by EOB on May 18, 2004. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Please click here to view more details.
(http://www.eps.gov/spg/DOI/FWS/CGSWO/101814Q039/listing.html)
 
Place of Performance
Address: Eastside of Oregon and Washington
Zip Code: 97232
Country: US
 
Record
SN00564030-F 20040414/040412212353 (fbodaily.com)
 
Source
FedBizOpps.gov 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.