Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2010 FBO #3154
SOLICITATION NOTICE

F -- RECOVERY - Cap Plantation Phase 2 Thinning and Biomass - Solicitation and attachments

Notice Date
7/12/2010
 
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-10-0536
 
Archive Date
8/11/2010
 
Point of Contact
Sarah A. Langston, Phone: 7075628788
 
E-Mail Address
salangston@fs.fed.us
(salangston@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - Maps Attachment 2 - Specifications and Solicitation Sections C, E, F, G, H and Fire Plan for AG-9702-S-10-0536 Request for Quotation Attachment 4_ Past Performance Questionnaire - offerors must submit one for each of their referenced work. Current complete and on-going contracts/projects may be submitted. Combined Synopsis Solicitation document with requirements Attachment 5_ Full Text ARRA Clauses - July 2010 This contract is ARRA funded therefore ARRA Reporting is required by the Successful Contractor. Attachment 1_ Schedule of Items for completion of prices and other required data RECOVERY –Thinning and Biomass Phase 2, CAP PLANTATION Project, Tahoe National Forest, Yuba River Ranger District. (I) This project is fully funded by and issued under the ARRA American Recovery and Reinvestment Act and all requirements of the Act apply. ARRA clauses are included in full text in Attachment 5. 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 is a Commercial Services acquisition and the SYNOPSIS AND BIDDING TIMES HAVE BEEN SHORTENED in accordance with FAR Part 5.203 (a)(1), 12.205 (c) and 13.5. Potential offerors should take note of the reduced bidding time and plan accordingly. 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-10-0536. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 of July 2010. The appropriate ARRA clauses are included under subparagraph (b) in FAR 52.212-5 clause referenced below. (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: Thinning and Biomass. NOTE: MSPA Card (Form WH510): This contract requires the contractor to be registered with the US Department of Labor and personnel performing the work licensed with the state of California. As part of your written price quote completely fill out and submit Attachment 1 schedule of items. (VI) Detailed description of requirements is included as Attachment 2, project Specifications. There is no prebid meeting scheduled for this combined/synopsis solicitation. Questions regarding the work should be addressed to Gary Cline at 530-478-6290 email at gcline@fs.fed.us or Sarah A Langston salangston@fs.fed.us 707-562-8788. (VII) Date(s) and place(s) of delivery and acceptance: Performance time for this project start within 5 days from issuance of notice-to-proceed and contractor shall continue for 90 calendar days. The work will take place on various locations within the Tahoe National Forest, Yuba River Ranger District in accordance with Attachment 2 which includes project specifications and solicitation sections C, E, F, G, H and Fire Plan. See Attachment 3 maps which includes three maps showing work unit locations. (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 complete information from FAR 52.212-1 subparagraphs (a), (b) 1 to 11 and (c) as well as completed Attachment 4 past performance questionnaires. (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: (i) Past Performance ( ii) Price. Past performance is approximately equal to price when being evaluated. (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 complete written quote, or reference their completed Representations and Certifications completed on line at HTTP://ORCA.BPN.GOV. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items ( June 2010 ), applies to this acquisition. https://www.acquisition.gov/far/index.html (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items ( July 2010 ) applies to this acquisition. The following clauses under subparagraph (b) apply: 3, 4, 8i, 19, 20, 21, 22, 23, 24, 25, 26 and 38. The following clauses under FAR 52/212-5 subparagraph (c) apply: 1 and 4. See Attachment 5 for full text requirements of ARRA. (XIII) The following clauses are also applicable to this acquisition: If contract is awarded to an SBA 8(a) contractor FAR 52.219-14 Limitation on Subcontracting will apply. (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 three files: FILE One includes a completed quote with Attachment 1 schedule of items including offerors DUNS number, Tax ID number, vendor name, vendor mailing address, email address, contact name, contact phone and fax numbers, and full agreement to the included terms and conditions, FILE Two includes a completed signed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009), and acknowledge that you’ve completed your Representations and Certifications on line at HTTP://ORCA.BPN.GOV, FILE Three includes the completed Attachment 4 Past Performance Questionnaire with a minimum of three current completed projects and your current ongoing projects. 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 salangston@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 solicitation number and the number of emails containing the offer (eg. AG-9702-S-10-0536 email 1 of 3, 2 of 3, 3 of 3 etc.) Failure to follow these quote submittal instructions may result in the offer being rejected. Q uotes are required to be received no later than 2:00 PM (Pacific Time) on July 27, 2010. (XVI) Any questions regarding this solicitation should be directed to Wilford Romero at 480-248-8292 or email at wromero@fs.fed.us or Sarah A Langston at 707-562-8788 or email at salangston@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/197394f8cb2fdcf3ccf0b9781e3b5b1a)
 
Place of Performance
Address: Tahoe National Forest, 631 Coyote St, Navada City, California, 959596003, United States
Zip Code: 96003
 
Record
SN02202878-W 20100714/100712234951-197394f8cb2fdcf3ccf0b9781e3b5b1a (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.