Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2011 FBO #3486
MODIFICATION

F -- TAGGING AND MARKING OF TREES, MEASUREMENTS TO BE TAKEN, AND DATA ENTRY - Amendment 1

Notice Date
6/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-8/SRS Eastern Administrative Zone, 200 WT Weaver Blvd., Asheville, North Carolina, 28804
 
ZIP Code
28804
 
Solicitation Number
AG-4660-S-11-0012
 
Point of Contact
Reid E. Carroll, Phone: 8037250294
 
E-Mail Address
recarroll@fs.fed.us
(recarroll@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDED STATEMENT OF WORK (ROTARY MOWING REMOVED, PLOT SIZE AND ESTIMATED OF TREES ADDED) AMENDED SCHEDULE OF ITEMS (ROTARY MOWING REMOVED) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, thru FAC 2005-50,effective May 16, 2011, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. AG-4660-S-11-0012 is issued as a Request For Quotation (RFQ) as a commercial services contract for PREPARATION OF RESEARCH PLOTS, TAGGING AND MARKING OF TREES, MEASUREMENTS TO BE TAKEN, AND DATA ENTRY FOR RESEARCH STUDY 3.13 (YELLOWPINE TEXAS STUDY) LOCATED ON THE ANGELINA AND SABINE NF OF TEXAS. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 dated May 16, 2011. This acquisition is a total Small Business Set aside and the NAICS code associated with this acquisition is: 115310; small business size standard is $ 7 million. SCHEDULE OF ITEMS *Please Provide quotes on attachment labeled "Schedule of Items". BASIS OF AWARD One award will be made. Offer of award will be made to the Contrator whose quote, as determined by the Contracting Officer, provides the best value to the Government, considering but not limited to such factors as price, Contractor's experience with this type of work, ability to deliver and end product in the time specified by this solicitation, and past performance in accomplishing this type of work. The Experience Questionnaire will be used as part of the evaluation and is found as an attachment to this combined solicitation/synopsis. GENERAL CONTRACT SPECIFICATIONS SCOPE OF CONTRACT It is the purpose of this solicitation to contract for tagging, measuring, comparing data and entering data for longleaf pine trees in the Angelina and Sabine NF of Texas. Project will commence on or about September 1, 2011. The contractor shall furnish all labor, equipment, supervision, and supplies necessary to complete this contract other than those supplied by the Forest Service. General Requirements SEE ATTACHED STATEMENT OF WORK Technical Requirements SEE ATTACHED STATEMENT OF WORK Inspection and Acceptance (a) Acceptance of work will be determined by inspection of each phase of the project and will be based on adherence to the requirements. Measurement and Payment (a) Payment will be made at the completion of each line item on the schedul of items. (b) Upon completion and acceptance, the Contractor will be paid according to the prompt payment act. Site Visit (a) No formal site visit is planned for this solicitation. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (b) Contract Time (a) Contract time will be from the effective date of notice to proceed through the period specified as follows: Approximate start date - September 1, 2011 and must be completed by March 1, 2012 data entry work should be completed by May 1, 2012. (a) Prior to commencement of work, the Contracting Officer will arrange a telephone meeting with the Contractor to discuss the contract terms and work performance requirements. Contract Terms and Conditions The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items (JUNE 2008), applies to this acquisition. The provisions at FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) will be used as follows: (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: 1. Past performance with specific experience in TAGGING AND MARKING OF TREES, MEASUREMENTS TO BE TAKEN, AND DATA ENTRY FOR RESEARCH STUDIES 2. Ability to meet delivery schedule 3. Price *Past performance will be evaluated based on information provided on the attachment labeled "experience questionnaire". Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2011) with offer or a statement that the contractor is registered in ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUNE2010), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (APR 2011), applies to this acquisition and in addition to this provision are the following addenda: 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.). FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond September 30, 2011. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2011, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) FAR 52.236-7 Permits and Responsibilities (NOV 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. (End of clause) FAR 52.237-1 Site Visit(APRIL 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of clause) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulations - https://www.acquisition.gov/far and the Agriculture Acquisition Regulations - www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.245-1 Government Property (AUG 2010) Offer Due: Date and Place Offers are due at the USDA Forest Service P O Box 700, New Ellenton, SC 29809 by June 13, 2011 at 0900 Eastern. Offers may be sent via email to recarroll@fs.fed.us. The following must be included with quote for quote to be considered complete and therefore evaluated for award: 1. Completed Schedule of Items (providing a quote on all items-including option periods.) 2. Completed Experience Questionnaire. 3. Proof of ORCA registration, a statement certifying ORCA registration, or a completed copy of the provision at FAR 52.212-3.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4568/AG-4660-S-11-0012/listing.html)
 
Place of Performance
Address: (YELLOWPINE TEXAS STUDY) LOCATED ON THE ANGELINA AND SABINE NF OF TEXAS, Jasper, Texas, 75951, United States
Zip Code: 75951
 
Record
SN02469206-W 20110611/110609235440-d358eeb99510d58cffed253dcc20da70 (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.