Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2010 FBO #2996
SOLICITATION NOTICE

F -- RECOVERY Special Botanical Rare Plant Propagation - SOLICITATION

Notice Date
2/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111421 — Nursery and Tree Production
 
Contracting Office
Department of Agriculture, Forest Service, EROC Northwest, 16400 Champion Way, Sandy, Oregon, 97055, United States
 
ZIP Code
97055
 
Solicitation Number
AG-0489-S-10-0255
 
Point of Contact
Tonya R Rymer, Phone: 503-668-1703, Jessica M. Wilson, Phone: 503-668-1707
 
E-Mail Address
trymer@fs.fed.us, jessicawilson@fs.fed.us
(trymer@fs.fed.us, jessicawilson@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (ARRA) PROCUREMENT RECOVERY SPECIAL BOTANICAL RARE PLANT PROPAGATION The U.S. Forest Service, EROC-NW, servicing Region 6 has a requirement for a contractor to grow sensitive plants from native seed provided by the Forest Service. The contractor shall provide all labor, facilities, equipment, supervision, transportation, supplies, and incidentals. **THIS IS A COMBINED SOLICITATION/SYNOPSIS--QUOTATIONS ARE BEING REQUESTED** Project Location and Description The Titan trail brushing project site is located on the Ketchikan Ranger District in Misty Fiord National Monument near the City of Hyder, Alaska. The City of Hyder, Alaska is approximately 79 miles Northeast of Ketchikan Alaska. The Titan trailhead is 4.35 miles north of Hyder, AK just off the Salmon River road (state access road). **NOTES** --Additional work details are outlined in the attached solicitation. --There will not be a Pre-bid meeting offered by the Government for site inspection. The Government intends to award a contract(s) resulting from this solicitation to the responsible Contractor(s) whose quote conforming to the solicitation will be most advantageous to the Government, price and non-price factors considered. The following evaluation factors shall be used to evaluate quotes: Past Performance, Experience and Capability, and Price. The non-price evaluation factors are approximately equal in important to price. This acquisition is a 100% Small Business set-aside. The North American Classification System Code (NAICS) is 111421. The size standard is $0.75 million. Contractors are required to be registered with the Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA). The solicitation with specifications and Service Contract Act wage rates will be posted to the FedBizOps website www.fbo.gov. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the solicitation and any applicable amendments, offerors must download them from www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ce2bf68b666c0cf05970b8c821a085ae)
 
Place of Performance
Address: Rogue River - Siskiyou National Forest, United States
 
Record
SN02058624-W 20100206/100205000136-ce2bf68b666c0cf05970b8c821a085ae (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 |
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.