Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2012 FBO #4045
MODIFICATION

F -- NRCS-IL IDIQ Land Maintenance WRP-, EWRP, EWPP-FEP - Amendment 2

Notice Date
12/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Illinois State Office, 2118 West Park Court, Champaign, Illinois, 61821
 
ZIP Code
61821
 
Solicitation Number
AG-5A12-S-13-0002
 
Point of Contact
Heath M Isome, Phone: 2173536617, Bernita A Clark, Phone: 217-353-6615
 
E-Mail Address
heath.isome@il.usda.gov, bernita.clark@il.usda.gov
(heath.isome@il.usda.gov, bernita.clark@il.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Prescribed Burn Standard and Specs 338il Attachment 8 Prescibed Burn Plan Job Sheet- For the vendor's reference New Section B Attachment 7 labor Rate Proposal Amendment 0002 Changes and Questions This is a Request for Proposals (RFP). The Government will review all proposals and then select 3-5 highly qualified applicants to start negotiations. This solicitation is a Total Small Business set-aside. NRCS-IL is looking for a contractor with the ability to accomplish the work as the general contractor with whom all responsibilities of the contract line items will be charged. The Pre-proposal conference will be held on 12/13/2012 at 9:00 am CT at NRCS-IL- State Office 2118 W. Park Ct Champaign, IL 61821 The Natural Resources Conservation Service in Illinois is seeking qualified firms to provide maintenance services for its' Wetlands Reserve Program (WRP), Emergency Wetlands Reserve Program (EWRP) and Emergency Watershed Protection Program - Floodplain Easement Program (EWPP-FEP) throughout the state. The maintenance services that we are seeking include, but are not limited to: mowing, removal of debris from water control structures, critical area seeding, minor earthwork repairs to wetland dikes, water control structural replacement, prescribed burning, timber stand improvement, aggressive/invasive species removal/control, signage, and re-planting/reseeding of vegetative practices. The purpose the services are to maintain the vegetative and structural restoration practices of our easements to insure they are functioning and progressing as planned. A multiple award, indefinite-delivery, indefinite-quantity contract is anticipated. Any contract resulting from this solicitation will have a one year base period from approximately February 01, 2013 through January, 2014 and the option to exercise up to four (4) one year option periods for a total of five years. The minimum the government will order is $25,000 in services, and the maximum is $1 million in services in the base year, or any of the individual option years. The projected start date for these services is estimated to be March 1, 2013 or 60 days after award. The contractor will carry out the duties required to complete the management work items identified in the task order for the USDA-NRCS easement sites. The contractor shall obtain all necessary local, state and federal permits/certifications that apply. During implementation of the work items the contractor will: Maintain USDA contact with landowner; Ensure compliance with task order requirements; Complete work based on the timeframes agreed to in the task order; Contact the NRCS-COR upon completion of the work per task order; Work with the NRCS-COR contact in preparing and completing the application for payment and associated vendor information within 15 working days after completing the work. The contractor will meet with the NRCS-COR contact and the landowner prior to starting the activity. During this meeting the NRCS-COR contact will brief the contractor and landowner on the management activity that will take place.The contractor will check out and certify completion of the work. This certification will be provided to the NRCS-COR prior to completing the application for payment.The contractor will not complete any work activities on land they own subject to WRP/WREP easements while this contract is in force.The contractor must provide a list of all land they own subject to WRP/WREP easements within this RFP. The Government may elect to award a single task order contract or to award multiple task order contracts for the same or similar services to two or more sources under this solicitation. It is possible that a single firm may be awarded a contract for the entire Illinois area under this solicitation. The annual ceiling for each period of performance for all combined areas will have an annual ceiling of $1 million. Annual performance bonds requirement will apply to this service contract. The awardee shall provide a gross penal sum applicable to the specified minimum quantity of $25,000.00. This will be due 14 days after contract award. see section I.14
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/ILSO/AG-5A12-S-13-0002 /listing.html)
 
Place of Performance
Address: Throughout the State of IL see Attachment 4 Easement Map, United States
 
Record
SN02952090-W 20121221/121219234637-3dd8c5f8253b4224e4d7a22178456e62 (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.