SOLICITATION NOTICE
F -- RECOVERY: Mechanical Chipping along Forest Roads on the Shasta-Trinity National Forest in California - Solicitation Attachments
- Notice Date
- 4/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, EROC Southwest, 1323 Club Drive, Vallejo, California, 94592, United States
- ZIP Code
- 94592
- Solicitation Number
- AG-9702-S-10-0249
- Archive Date
- 5/18/2010
- Point of Contact
- Dindo Laxamana, Phone: 7075629120, Yolanda B. Mitchell, Phone: 5206388441
- E-Mail Address
-
dlaxamana@fs.fed.us, ybmitchell@fs.fed.us
(dlaxamana@fs.fed.us, ybmitchell@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment #7, Evaluation Criteria Questionnaire Attachment #6, Wage determination Attachment #5, Pictures of Roads Attachment #4, Fire Plan Attachment #3, Road List Attachment #2, Schedule of Items Attachment #1, Performance Owrk Statement RECOVERY – Mechanical Chipping along Forest Roads on the Shasta-Trinity National Forest in California (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 quotation (RFQ). Submit written quotes on RFQ Number AG-9702-S-10-0249. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is115310, Support Activities for Forestry, Fuels Management Services. The small business size standard is $17.5 Million. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: See attachment #2, schedule of items, fill it out completely and submit as part of your quote. (VI) Detailed description of requirements is included in attached performance work statement. There is no prebid meeting scheduled for this combined/synopsis solicitation. Questions regarding the work should be addressed to Darlene Cleary at 530-226-2370 or email at dcleary@fs.fed.us or Billy Gardunio at 530-226-2392 or email at bgardunio@fs.fed.us. (VII) Date(s) and place(s) of delivery and acceptance: Perfomance time for this project is 2 years from issuance of notice-to-proceed. The work will take place on various locations within the Shasta Trinity National Forest (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to submit the attached questionnaire, which details the offeror’s understanding of the government requirement, organization experience, and past performance. (IX) FAR 52.212-2, Evaluation-- Commercial Items (Jan 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: (i) technical capability which includes understanding the government requirement and organization experience; (ii) price; (iii) past performance. Technical and past performance when combined is equal to price. (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) applies to this acquisition. The following clauses under subparagraph (b) apply: 3, 4, 8i, 19, 21, 20, 21, 22, 23, 24, 25, 26 and 38. The following clauses under subparagraph (c) apply: 1 and 4. 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) The offeror shall submit their electronic offer through the Electronic Response feature associated with this solicitation on the Federal Business Opportunities website https://www.fb.gov. The instructions on submitting an offer utilizing the website can be found on page 35 of the user guide located at: https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. The electronic offer must include the schedule of items (attachment #2), a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009), or acknowledge that you’ve completed your Representations and Certifications on line at HTTP://ORCA.BPN.GOV, and the completed Evaluation Criteria Questionnaire (attachment #7). Electronic responses are the PREFERRED method of submitting an offer. If the offeror can not submit their offer electronically through FBO website, they may submit one (1) electronic copy of the offer via email to dlaxamana@fs.fed.us. If email is used, the attached files shall not exceed 8mb in size. For offers that exceed the 8mb size, multiple email submittals should be used and indicate in the subject line the number of emails containing the offer (eg. 1 of 3, 2 of 3, 3 of 3 etc.) The email should reference the solicitation number in the subject line. Failure to follow the quote submittal instructions may result in the offer being rejected. Quotes are required to be received no later than 2:00 PM (PST) on May 3, 2010. (XVI) Any questions regarding this solicitation should be directed to Yolanda Mitchell at 520-638-8441 or email at ymitchell@fs.fed.us or Dindo Laxamana at 707-562-9120 or email at dlaxamana@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/afb93995ee9beea3d3a20076c94ff41f)
- Place of Performance
- Address: 3644 Avtech Parkway, Redding, California, 96001, United States
- Zip Code: 96001
- Zip Code: 96001
- Record
- SN02126013-W 20100421/100419235005-afb93995ee9beea3d3a20076c94ff41f (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 |