SOLICITATION NOTICE
F -- Road Maintenance Brushing IDIQ
- Notice Date
- 2/12/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM-OR OREGON STATE OFFICE* 333 SW FIRST AVENUE-4th FLOOR PORTLAND OR 97204
- ZIP Code
- 97204
- Solicitation Number
- HAQ081002
- Archive Date
- 2/11/2009
- Point of Contact
- Bradley C. Sheehan Contract Specialist 5038086224 Bradley_Sheehan@or.blm.gov;
- E-Mail Address
-
Email your questions to 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
- This is a combined synopsis/solicitation for 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; quotes are being requested and a written solicitation will not be issued. The solicitation/reference number is HAQ081002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. This acquisition is set aside for small business. The North American Industry Classification System (NAICS) code is 115310. The Product Service Code (PSC) is F099. The Industry Size Standard is $6.5 Million. The Bureau of Land Management, Coos Bay District Office, is seeking the removal of vegetation along forest roads, ditchline clearing, removal of windthrow and snowbreak from the road prism and maintenance of waterbars in Coos and Douglas Counties, Coos Bay District BLM, Oregon. Services quoted must adhere to Statement of Work dated February 11, 2008, and be fully responsive to satisfy the needs of the Government. This procurement is for a 2 year Indefinite Delivery Indefinite Quantity (IDIQ) type contract. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-3 shall be completed as noted above and submitted with the quote. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and a list of no more than 10 favorable references in which similar services of the same scope as this acquisition has been accomplished. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by full text. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (DEVIATION) by full text. FAR 52.211-18, Variation in Estimated Quantity. FAR 52.204-7 Central Contractor Registration. FAR 52.209-6, Protecting the Government's Interest. FAR 52.217-2, Cancellation Under Multi-Year Contracts. FAR 52.217-8 Option to Extend Services. FAR 52.217-9, Option to Extend the Term of the Contract. FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies. FAR 52.222-3 Convict Labor. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-41, Service Contract Act. FAR 52.232-33, Payment by Electronic Funds- Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contracts. FAR 52.247-34, F.O.B. Destination. FAR 52.253-1, Computer Generated Forms. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.acquisition.gov/comp/far/index.htm or http://www.arnet.gov/far/loadmainre.html ; clauses may be accessed electronically in full text by going to either of these two Internet addresses. FAR 52.252-6, Authorized Deviation in Clauses, in full text, with the following fill-in: Department of the Interior Acquisition Regulation 48 CFR Chapter 14. FAR 52.216-18, Ordering will be incorporated into the resultant contract by Full Text. FAR 52.216-22, Indefinite Quantity will be incorporated into the resultant contract by Full Text, with the final date for new delivery orders to be issued being two years from the date of award. FAR 52.216-18 Order Limitations will be in full text with the minimum order limit of $1,000, the maximum order with the following limits: Any order for a single item in excess of $50,000; Any order for a combination of items in excess of $100,000; A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation. MINIMUM GUARANTEE: The minimum guarantee under each contract awarded will be $10,000. FAR 52.222.42 Statement of Equivalent Rates for Federal, in full text, with the following Employee Class-Monetary Wage-Fringe Benefits fill-in: General Forestry Laborer WG-1 $11.36/hour + Fringe Benefits. FAR 52.232-16, Progress Payments, in full text. DIAR 1452.228-70, Liability Insurance, in full text, with the following fill-in: The amounts of the insurance shall be not less than as follows: $500,000.00 each person; $500,000 each occurrence, and $500,000.00 property damage. DIAR clauses and provisions found in the Department of Interior Acquisition Regulation, can be accessed electronically at http://www.doi.gov/pam/aindex.html Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov Contractors are required to submit their DUNS number and TAX ID number with their quote. Interested contractors may view the complete solicitation package including the Statement of Work (SOW), Schedule B (Price Schedule), and Wage Determination, should visit the following BLM website to download the aforementioned documents: http://www.blm.gov/or/procurement/awards.php Quotes must be received at the Bureau of Land Management, Oregon State Office, Branch of Procurement Management, 333 S.W. First Ave. Portland, OR 97204 no later that 5:00 p.m. PST on February 26, 2008. Quotes may be mailed, hand carried or faxed, FAX transmittals will be accepted at (503) 808-6312 Attn: Brad Sheehan. The point of contact for this solicitation is Bradley Sheehan, Contracting Officer, (503) 808-6224, bsheehan@blm.gov and the alternate contact will be Lynnial Trusty, Contracting Officer, (503) 808-6302, lynnial_trusty@blm.gov
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1410709)
- Place of Performance
- Address: Coos Bay District, BLM, Douglas and Coos Counties
- Zip Code: 97420
- Country: US
- Zip Code: 97420
- Record
- SN01506991-W 20080214/080212224919 (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 |