Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2015 FBO #4921
SOLICITATION NOTICE

99 -- 2015 Chumyons Project: Canyons, Clark Canyon & Freund Canyon

Notice Date
5/14/2015
 
Notice Type
Presolicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Okanogan-Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801, United States
 
ZIP Code
98801
 
Solicitation Number
AG-05GG-S-15-0024
 
Archive Date
7/15/2015
 
Point of Contact
Mariah R Morris, Phone: 509-664-9317, Lynn Tucker, Phone: 509-664-9234
 
E-Mail Address
mrmorris@fs.fed.us, ljtucker@fs.fed.us
(mrmorris@fs.fed.us, ljtucker@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Forest Service, Okanogan-Wenatchee National Forest servicing Region 6 has a requirement for tree thinning, slashing, pruning, lopping, bucking, and rearrangement of fuels on the Wenatchee River Ranger District. The purpose of this contract is for silvicultural and fuels treatments. It is anticipated there will be three project areas: Canyons, Clark Canyon and Freund Canyon. One award, or three different awards may be issued for the different project areas. Project work will include precommercial thinning, slashing, whip falling, various slash treatments, tree pruning, conifer release, and fuels rearrangement. This includes all season shutdowns due to high fire precautionary levels, spotted-owl restrictions, or winter conditions. Offeror is 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. Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, incidental supplies necessary to perform all work described in accordance with drawings and specifications of the contract. Contractor will be paid for actual work performed. The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and are made from bio based materials (e.g. insulating foam, composite panels, concrete with fly ash, wood and concrete sealers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered. All project work is to be completed no later than November 30, 2017. Anticipated start work date is September 2015. A firm-fixed price contract is contemplated requiring submission of both technical quote and business quote. Award will be made to the offeror whose proposal offers the best value to the Government. It is possible there will be one award, or up to three awards based on project area. This acquisition is determined to be under the Small Business Competitiveness Demonstration Program and posted for 100% small business set aside. Contractors are required to be registered with System for Award Management (SAM). 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 as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The solicitation with specifications and wage rates will be posted to the https://www.fbo.gov/ website on or after May 29, 2015. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Proposal package and any applicable amendments, offerors must download them from the https://www.fbo.gov/ website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05GG/AG-05GG-S-15-0024/listing.html)
 
Place of Performance
Address: Wenatchee River Ranger District, Leavenworth, Washington, 98826, United States
Zip Code: 98826
 
Record
SN03730902-W 20150516/150514234755-d6173221f08c8fc3f2d32288c2dd08c0 (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.