Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
SOLICITATION NOTICE

F -- Chippewa National Forest Disk Trenching - Solicitation

Notice Date
5/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Minnesota Shared Service Contracting Unit, 8901 Grand Avenue Pl., Duluth, Minnesota, 55808
 
ZIP Code
55808
 
Solicitation Number
AG-6392-S-15-0013
 
Point of Contact
Clark A. Bartelt, Phone: 2186264353
 
E-Mail Address
clarkabartelt@fs.fed.us
(clarkabartelt@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
DOL Wage Rates Experience Questionaire Bid schedule and maps SF 1449 Solicitation The Minnesota Shared Services Acquisition Team announces an opportunity for a Power Disk Trenching Contract, on the Chippewa National Forest, Cass Lake, Minnesota. Services will consist of Power Disk Trenching for Units located on the Deer River and Walker Ranger Districts of the Chippewa National Forest. The location of and access to the areas, and other information pertinent to each area, are provided with site-specific maps. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This solicitation, AG-6392-S-15-0013, is issued as a Request for Quotes (RFQ) and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80. This solicitation is a total small business set-aside. The NAICS code is 115310 and small business standard is $7.5M. Contract line items are listed in the Schedule of Items of the solicitation document and consist of seventeen line items. One or more contracts may be awarded from this solicitation. Contractor(s) will be responsible for all labor, supervision, and equipment necessary to complete this project according to the attached specification within the required contract time. Work is scheduled from July 1, 2015 through December 31, 2015. The provisions at 52.212-1 Instructions to Offerors - Commercial Items, and 52.212-2 Evaluation - Commercial Items; and clauses 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are incorporated in the attached solicitation and apply to the resulting contract(s). If annual representations and certifications are not active in SAM, offerors shall include a completed copy of the provisions at 52.212-3 Offeror Representations and Certifications - Commercial Items with their offer. Clauses and provisions incorporated by reference can be viewed in full text at https://www.acquisition.gov/far. The Government may issue orders to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect to not award. If necessary, the Government may conduct discussions with any or all offerors. The Experience Questionnaire is optional but the information requested on this form must be submitted in another format if the questionnaire is not submitted. Award will be made on a Best Value basis and offers shall at a minimum contain the items requested below. Offers will be evaluated on 1) technical capability, 2) past performance, 3) past experience/references, 4) price. Offerors must submit: 1) SF 1449 Form 2) Completed Schedule of Items page from the attached solicitation document. 3) Annual Representations and Certifications at FAR 52.212-3. 4) Experience Questionnaire or equivalent information. 5) 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction. Vendors must be registered in System for Award Management (SAM) prior to receiving a government contract. www.sam.gov All invoices must be submitted via the electronic Invoice Processing Platform (IPP). This is a mandatory requirement initiated by the U.S. Department of Treasury. For more information see website, https://www.ipp.gov/index.htm. Please make sure that your company has registered for an account at https://www.ipp.gov/vendors/enrollment-vendors.htm. The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP. Offers may be hand delivered, e-mailed to clarkabartelt@fs.fed.us SUBJ: AG-6392-S-15-0013, or mailed to: USDA Forest Service MN Shared Services Acquisition Team Attn: Clark Bartelt AG-6392-S-15-0013 8901 Grand Avenue Place Duluth, MN 55808 No facsimile offers will be considered and incomplete offers will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/63A9/AG-6392-S-15-0013/listing.html)
 
Place of Performance
Address: Various locations within the Chippewa National Forest in north central Minnesota., Blackduck, Minnesota, 56630, United States
Zip Code: 56630
 
Record
SN03719067-W 20150506/150504234741-5d10f05b016b0413e4514610bfc59390 (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.