Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

F -- Tree Marking at White River NWR

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GR1875 CENTURY BOULEVARDSUITE 310ATLANTAGA30345-3310US
 
ZIP Code
00000
 
Solicitation Number
F12PS01084
 
Response Due
9/11/2012
 
Archive Date
10/11/2012
 
Point of Contact
Bryan Hagood
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1 A. The purpose of this amendment is to correct the duration of work days from "120-days" to "170-days". B. All other provisions, terms, and conditions remain the same. (end amendment section) This requirement is being procured in accordance with FAR Part 15, Contracting by Negotiation and an award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. This combined synopsis/solicitation is notice that the Fish and Wildlife Service (FWS) has issued a request for a non-personal services contract to provide experienced timber marker(s)/personnel for 170 marker days to assist our forestry staff with selectively marking bottomland hardwoods for thinning to meet goals and objectives within delineated sections (approximately 15 acres of forests) on the White River National Wildlife Refuge (NWR/Refuge) that ranges from the vicinity of Clarendon, Arkansas (AR) southerly to Tichnor, AR or Snow Lake, AR. Refuge Foresters shall instruct and guide the timber markers so the markers can replicate the marking done by Refuge Foresters. Species consist mostly of Nuttall, overcup, and willow oaks, sugarberry, ash, bitter pecan, American and cedar elm ranging from 8 dbh to over 40 dbh. The principles of Desired Forest Conditions (DFCs) as detailed in Restoration, Management, and Monitoring of Forest Resources in the Mississippi Alluvial Valley: Recommendations for Enhancing Wildlife Habitat, Wilson, et al, 2007, will be the basis of the thinning. An electronic copy of this publication can be provided to the marker(s) via CD or other media. The Contractor is solely responsible for acquiring and maintaining all federal and local licenses, certification, and permits as required. The Contractor shall provide all personnel, labor (i.e. markers), equipment, supplies, transportation, tools, materials, supervision, and other non-personal services necessary to perform the requirements (i.e. tree count and cruise data) of this contract order and shall plan, schedule, coordinate, and ensure effective performance of required services for the entire duration of contract. The marker(s) will provide their own tree marking equipment, such as a Panama backpack sprayer, ACMI handgun, or other suitable sprayer in the judgment of the Supervisory Forester. The Refuge will supply all tree marking ink. The marker(s) will supply other tree marking equipment required, such as a sounding hammer or hatchet, and Biltmore stick or other measuring device satisfactory to the Supervisory Forester. The period of performance shall be for 170 days beginning on or about September 2012 thru October 2012 and July 2013 thru August 2013. If river levels allow, marking may be conducted during November 2012 thru June 2013. All work must be completed by September 2013. The Technical Site Representative contact is/are Jeff Denman (870/282-8248 or jeff_denman@fws.gov) or Ron Hollis (870/282-8236 or ron_hollis@fws.gov). This action is being solicited as a Small Business Set-Aside under the North American Industrial Classification System (NAICS Code) 115310, Support Activities for Forestry. Applicable size standard applies. A firm-fixed price non-commercial contract order will be issued. The proposal(s) will be evaluated based on the following evaluation factors: Factor 1 - Technical Capability to include Work Plan/Technical Approach, Quality Control Plan, Workload Capacity, Staffing and Equipment, and Past Experience; Factor 2 - Past Performance; and Factor 3 - Price. The Government will first survey proposed pricing to determine competitive range based on the government estimate/allocated funding and then, review un-priced technical offers/proposals to determine which are acceptable to the Government based on the RFQ/RFP requirements. Those offers that are outside of the government estimate/allocated funding (as determined to be too high or too low), may not be evaluated for technical soundness. You may view this solicitation/RFP at: https://www.fedconnect.net/Fedconnect/PublicPages/PublicSearch/Public_Opportunities.aspx Once in the website, enter the solicitation number (F12PS01084) or title (Tree Marking at White River NWR) in the search criteria field. *Offeror should submit/provide lump sum price for 170-days (at 8 hours per day): $___________ (to include labor and equipment). In itemizing your quote, you may also provide the per hour cost breakdown. Quotes/proposals may be submitted either by e-mail (preferred) to (bryan_hagood@fws.gov), thru FedConnect, hand-carried, or by mail. No faxed quotes allowed. The Government reserves the right to issue a single award, multiple awards, or no award to an offeror/offerors that is/are responsible and provides the best overall value to the Government based on lowest price technically acceptable for each line item. Contractor shall submit the following items, but not limited to: a. Standard Form 1449 b. Line Item Summary/Bid pricing c. Bidders Questionnaire of Responsibility d. Past Experience & References forms (including Statement of Qualifications) e. Evaluation Factors information (i.e. work plan, quality control plan, workload capacity, etc.) f. ORCA (copy of on-line registration). *Must be registered electronically on-line prior to award. NOTE: Vendors previously registered in the ORCA must now log into SAM to update their information. New vendors can register in SAM at sam.gov by clicking on create account or register. g. CCR (copy of on-line CCR registration and/or provide DUNs #). NOTE: Vendors previously registered in the Central Contractor Registration (CCR) must now log into SAM to update their information. New vendors can register in SAM at sam.gov by clicking on create account or register. h. Provide DUNs number *Please review the evaluation factors for award under the FedConnect solicitation (# F12PS01084) and submit all required information. https://www.fedconnect.net/Fedconnect/PublicPages/PublicSearch/Public_Opportunities.aspx All quotes/offers must be received no later than September 11, 2012, 10:00 AM Local Eastern Time. You must be fully and actively registered in the System for Award Management (SAM). SAM is a free web-site which consolidates Federal procurement systems. Currently CCR, FedReg, ORCA, and EPLS have been migrated into SAM. https://www.sam.gov/portal/public/SAM A formal site visit has not been scheduled. To request a viewing of the site, contact Jeff Denman (870/282-8248 or jeff_denman@fws.gov). CAUTION: This solicitation is issued electronically, as will any amendments thereto. Thus, the Government is under no obligation and is in fact unable to maintain a bidder's mailing list. It is therefore the responsibility of any interested parties to obtain any amendments that may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for proposal receipts may render your offer non-responsive and result in the rejection of it. Telephone requests will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS01084/listing.html)
 
Record
SN02867274-W 20120906/120905001230-4c4b8845b3735018276a30b560710b8c (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.