Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2012 FBO #3739
SOLICITATION NOTICE

V -- Application of Limestone to St. Mary's Wilderness streams via helicopter, George Washington & Jefferson NFs, VA - Synopsis

Notice Date
2/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
 
ZIP Code
24019
 
Solicitation Number
AG-3395-S-12-0008
 
Archive Date
3/17/2012
 
Point of Contact
Sherry D Helmick, Phone: 540-265-5112, Anna Bryant, Phone: 540-265-5115
 
E-Mail Address
shelmick@fs.fed.us, ambryant@fs.fed.us
(shelmick@fs.fed.us, ambryant@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR Clause 52.212-3 Representations and Certifications - Complete and return page with paragraph (b) if you have completed ORCA online or complete and return entire document if you have not completed ORCA online. Complete this document and return to submit your quote for this project. This is the synopsis document. The tables indicating Lats/Longs will be readable in this document. SYNOPSIS: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ) # AG-3395-S-12-0008 for transporting approximately 230 tons of limestone sand via helicopter and distributing it into numerous stream channels (in a single pile in each stream). The Government contemplates award of a firm fixed price contract resulting from this solicitation. DESCRIPTION OF REQUIREMENT/SPECIFICATIONS: Interested sources shall submit a lump sum price for the following: ITEM 0001 Project must be completed before leaf-out, between the dates of March 5, 2012 to April 6, 2012, and should take no more than 4 consecutive days. No mechanized equipment is allowed in the Wilderness Area, including but not limited to chainsaws, ATV's, and landing of aircraft. Forest Service Contact will have 10 days notice prior to project implementation to control visitor access to the Wilderness for safety reasons. The Forest Service will provide the limestone sand at the staging area. Forest Service has obtained permission for the use of the staging area which is on private land. The day and night security of any equipment on site is the responsibility of the contractor. Contractor will furnish the bucket(s) that can open and drop the load from controls in the helicopter as well as the equipment to load the sand into the bucket(s). Contractor is responsible for traffic control along the Blue Ridge Parkway during flights into and out-of the loading site. Contractor will distribute the limestone in the following amounts at these locations in the stream channel in a single pile. The project is in the Big Levels 7.5' USGS Quadrangle. Datum is in NAD83 Zone 17N. STREAM UTM Y_PROJ (Northing) UTM X_PROJ (Easting) Latitude Longitude Bear Branch 4198669 669042 37° 55' 11.507" N 79° 4' 36.530" W Chimney Branch 4199448 670005 37° 55' 36.121" N 79° 3' 56.447" W Upper St. Mary's River 4200438 669606 37° 56' 8.494" N 79° 4' 11.942" W Sugartree Branch 4198078 665927 37° 54' 54.410" N 79° 6' 44.537" W Mine Bank Creek 4198779 668129 37° 55' 15.685" N 79° 5' 13.812" W Hogback Creek 4201377 667560 37° 56' 40.313" N 79° 5' 34.928" W North tributary (a.k.a. Dawn's Branch) 4200641 668732 37° 56' 15.664" N 79° 4' 47.556" W Approximate staging/loading site location 4196647 666689 37° 54' 7.502" N 79° 6' 14.536" W STREAM TONS OF LIMESTONE Approx. Distance from pick up (miles) Bear Branch 25 1.75 Chimney Branch 30 2.5 Upper St. Mary's River 70 2.75 Sugartree Branch 25 1 Mine Bank Creek 25 1.5 Hogback Creek 35 3 North tributary (a.k.a. Dawn's Branch) 20 3 Limestone pick up site on private land (Skylark Farm) south and east of Blue Ridge Parkway, north of Route 56, near radio and FAA facility (Montebello VOR) on Round Mountain. Elevation approximately 3400'. The material to be delivered is a coarse limestone sand that weighs 2025 pounds per cubic yard. GOVERNMENT-FURNISHED PROPERTY: Approximately 230 Tons of limestone sand (will be stockpiled on private land). DELIVERY: Project must be completed on or before April 6, 2012. The anticipated award date is March 2, 2012. EVALUATION INFORMATION: Quotes will be evaluated using the following factors: 1. Technical capability 2. Past performance of contractor 3. Price Technical and past performance, when combined, are equal to price. Contractor shall provide information on these evaluation factors. SET-ASIDE: This solicitation is a Total Small-Business Set-Aside. The applicable NAICS code is 481212 and the small business size standard is 1,500 employees. PROVISIONS AND CLAUSES: The following provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 effective February 2, 2012. They are applicable to this solicitation and are incorporated by reference. All FAR provisions and clauses may be viewed on the web at: https://www.acquisition.gov/far/ FAR 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012). The following addenda is provided to this provision: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (FEB 2012). Complete only paragraph (b) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (c) through (o) of this provision shall to be completed. This clause can be downloaded from the following website http://www.arnet.gov/far/. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2012); the following FAR clauses are applicable as listed in 52.212-5. FAR 52.204-7 Central Contractor Registration (FEB 2012) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28 Post Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003)) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (JUN 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) QUOTATION SUBMISSION AND RESPONSE TIME: • Complete the provided Quotation Submission Document, which includes a Technical Capability, Experience and Past/Present Performance Questionnaire, and return it to submit your quote. Include your DUNS # and your TIN # on the questionnaire. • Representations and Certifications (FAR 52.212-3) This clause has been attached as a separate document for your use. If you are registered in Online Representations and Certifications Application (ORCA) please completed only paragraph (b) of the clause and return it. If you are not registered in ORCA you must complete the FAR 52.212-3 document and return it with your quote. Quotes must be received by 1:00 pm EST on Friday, March 2, 2012. You can submit your quote by fax to 540-265-5109 or by regular or express mail to: USDA, Forest Service, Attn: Sherry Helmick, 5162 Valleypointe Parkway, Roanoke, VA 24019-3050. SPECIAL NOTE: Successful contractor must be registered in the Central Contractor Registration Database (www.ccr.gov) prior to award of contract. Contact Sherry Helmick at 540-265-5112 or shelmick@fs.fed.us, or Anna Bryant at 540-265-5115 or ambryant@fs.fed.us if you have questions regarding this solicitation or to confirm receipt of your faxed quote. For technical questions or to arrange for a site visit you may contact Dawn Kirk at 540-291-2188 or 540-265-5161.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-3395-S-12-0008/listing.html)
 
Place of Performance
Address: Glenwood & Pedlar Ranger Districts, George Washington & Jefferson NFs, Virginia, Virginia, United States
 
Record
SN02678218-W 20120219/120217234545-6bba6a98e0e5c0e37314147857a08454 (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.