Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2010 FBO #3049
SOLICITATION NOTICE

F -- **Recovery** - Paddy Flat Thin & Pile, Payette NF - Solicitation docs

Notice Date
3/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, EROC Intermountain, 740 Simms Street, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
AG-82B1-S-10-0302
 
Archive Date
5/14/2010
 
Point of Contact
Paul Pierson, , douglas lee, Phone: 8014515180
 
E-Mail Address
paulpierson@fs.fed.us, douglasblee@fs.fed.us
(paulpierson@fs.fed.us, douglasblee@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Exhibit 3 Exhibit 2 Exhibit 1 SOW Instructions (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFQ Number AG-82B1-S-10-0302. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 115310, Support Activities for Forestry. The small business size standard is $7 Million. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: Paddy Flat Thin and Pile Total 21 Acres (VI) Detailed description of requirements is included in attached statement of work and exhibits. The following is a general description of the services to be performed: This solicitation is for tree thinning and associated slash treatment, on the Payette National Forest, McCall Ranger District. The Contractor shall furnish all labor, equipment, supervision, transportation, supplies and incidentals to perform all work necessary on the area specified. All aspects of the work program shall be performed in an organized, systematic manner to assure services will be performed over the entire area. (VII) Date(s) and place(s) of delivery and acceptance: The general project area is approximately 12 miles southeast of McCall, Idaho in Valley County. The general location of the contract blocks are shown on the Vicinity Map. The specific unit locations can be found on the Unit Boundary Map (Exhibit #2). The project consists of four units on the McCall Ranger District of the Payette National Forest. Units 3* and 4 are located in T17N, R4E, Sections 26. Units 1, 2 and 3* are located in T17N, R4E, Section 27. * - Unit 3 is in both of these sections. The boundaries of the contract units are marked with orange ribbon. Roads, as used here, shall mean the well traveled portion of the road; cut banks and fill slopes may be within the contract units. Period of Performance: Contract Time. (See Period of Performance definition). The Contractor shall start work promptly after receipt of a Notice to Proceed. Each item will run concurrently. The Contractor shall maintain progress at a rate that will assure completion within the stated contract time. The contract time will generally not exceed a required rate of progress exceeding that determined from the accepted work plan. ItemEstimated Beginning DateCompletion Date 1July 15, 2010 Thirty calendar Days after the notice to proceed is issued. The start date is only an estimate. Contract time will start on the day the notice to proceed is issued and end thirty days after the notice to proceed is issued. The Government reserves the right to prescribe the sequence in which the units will be thinned. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. See Addendum for additional instructions. (IX) Offers will be evaluated on their past performance, their technical capability to successfully complete this project, and the price quoted. (a)The Government will award the contract to the offeror(s) who (a) asserts to the terms of the RFP, and (b) has the best combination of experience, past performance, and price. Experience is a matter of the number of opportunities an offeror has had to do similar work and to encounter the kinds of problems that the Contractor is likely to encounter in the performance of this contract. Past performance is a matter of an offeror’s reputation for integrity and customer satisfaction. Quality control and the understanding of the work is a matter of the offeror’s familiarity with the nature of the work and with the kinds of problems the Contractor is likely to encounter during performance. Award(s) may be made without further discussions. Proposals should be submitted initially on the most favorable terms, from a technical and cost standpoint, which the offeror can submit to the Government. However, the Government may, after evaluation of the proposals, conduct further oral or written discussions as appropriate with all offerors whose proposals are within the competitive range. (b)Award will be made to the responsible offeror whose proposal, conforming to the solicitation, is determined to be the best value to the Government, technical and price factors considered. (c)Each offeror’s proposal will be evaluated with respect to the past performance, technical, and price factors. The non-price factors, when combined, are approximately equal to cost or price. (d)Price will contribute significantly to the source selection decision and will be evaluated as to completeness, realism and reasonableness. The importance of price will increase as the degree of technical merit differences between competing proposals decreases. If technical proposals are considered to be essentially equal in technical merit, price will become the determinative factor in making an award. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009), with its quote or complete the Representations and Certifications on line at HTTP://ORCA.BPN.GOV. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2009), Alternate I applies to this acquisition. The following clauses under subparagraph (b) apply: 3, 4, 5, 19, 20, 21, 22, 23, and 39. The following clauses under subparagraph (c) apply: 1 This solicitation is issued under the American Recovery and Reinvestment Act and all requirements of the Act apply. The appropriate clauses are included under subparagraph (b) above. (XIII) The following clauses are also applicable to this acquisition: None (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MT on April 29, 2010. All quotes must be mailed or e-mailed to the attention of Paul Pierson.FAXED PROPOSALS WILL NOT BE ACCEPTED. Hardcopy proposals may be sent to USDA Forest Service - Intermountain EROC, c/o Paul Pierson, 740 Simms St., Golden, CO 80401; e-mailed proposals can be sent to the following e-mail address: paulpierson@fs.fed.us.. Proposals may be on the Offerors letterhead and must state the solicitation number (AG-82B1-S-10-0302) on the cover page and in the subject line of e-mails; additionally, please ensure to put the solicitation number on the envelope of hardcopy mailings. Be sure to include the information requested in (VIII) above (to include information provided in the addendum) with your proposal. (XVI) Any questions regarding this solicitation should be directed to Paul Pierson at paulpierson@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/65d0f5e8164a140bc4eb7da204a260b9)
 
Place of Performance
Address: Payette NF, McCall, Idaho, United States
 
Record
SN02105598-W 20100331/100329235144-65d0f5e8164a140bc4eb7da204a260b9 (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.