MODIFICATION
F -- OTT - TSI 2015 - Amendment 1
- Notice Date
- 6/23/2015
- Notice Type
- Modification/Amendment
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Lake States Acquisition Team (LSAT), 500 Hanson Lake Road, Rhinelander, Wisconsin, 54501, United States
- ZIP Code
- 54501
- Solicitation Number
- AG-569R-S-15-0043
- Archive Date
- 7/14/2015
- Point of Contact
- Erin Garcia, Phone: 2317232211, Ted Frank, Phone: (906) 932-1330
- E-Mail Address
-
egarcia02@fs.fed.us, tjfrank@fs.fed.us
(egarcia02@fs.fed.us, tjfrank@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Updated - Combined Synopsis-Solicitation SF-30 The Lake States Acquisition Team announces an opportunity for Timber Stand Improvement on the Ottawa National Forest in Michigan. Project sites are located on the Iron River and Watersmeet Ranger Districts. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is AG-569R-S-15-0043 This solicitation is issued as a RFQ and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-82. This procurement is set aside a total small business set-aside. The NAICS code is 115310 and the Small Business Size Standard is $7.5M. Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract (formerly Central Contractors Registration or CCR). See www.sam.gov for details - this may take up to 2 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award. 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 "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. Further provisions, clauses, and addenda including, but not limited to, commercial provisions 52.212-1, 52.212-2, 52.212-3 and commercial clauses 52212-4, 52.212-5 are incorporated in the attached solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far. SCHEDULE OF ITEMS TIMBER STAND IMPROVEMENT (TSI) 2015 OTTAWA NATIONAL FOREST Quoters shall enter an amount for each item below: Cleaning Northern Hardwood Canopy Gaps (White Pine/Hemlock Emphasis): Item 1. Canopy Gaps for Hemlock/White Pine 42 Acres ReAd 2 Oxbow #2 Canopy Gaps for Hemlock/White Pine 45 Acres ReAd 2 Oxbow #5 Canopy Gaps for Hemlock/White Pine 33 Acres ReAd 2 Oxbow #6 Canopy Gaps for Hemlock/White Pine 48 Acres ReAd 2 Oxbow #7 Canopy Gaps for Hemlock/White Pine 51 Acres ReAd 2 Oxbow #9 Cleaning Northern Hardwood Canopy Gaps (Hardwood Emphasis): Item 2. Canopy Gaps for Hardwood 41 Acres ReAd Splake #1 Canopy Gaps for Hardwood 47 Acres ReAd Splake #4 Canopy Gaps for Hardwood 45 Acres ReAd Splake #6 Canopy Gaps for Hardwood 56 Acres ReAd Splake #9 Canopy Gaps for Hardwood 27 Acres Wooden Nickle #11 Canopy Gaps for Hardwood 56 Acres Wooden Nickle #12 Canopy Gaps for Hardwood 51 Acres Wooden Nickle #13 Canopy Gaps for Hardwood 51 Acres Wooden Nickle #14 Canopy Gaps for Hardwood 19 Acres Wooden Nickle #15 See Combined Synopsis-Solicitation and Statement of Work for further information. The start date will be on/or about July 15, 2015 and must be completed by July 31, 2016. ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Erin Garcia at egarcia02@fs.fed.us. Questions and answers will be posted to FBO so please check back often as it is the contractor's responsibility to remain up to date on all available Q&A's as well as any potential resulting modifications. All questions must be received no later than three days prior to solicitation close date or the government is under no obligation to review and/or address the questions. The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect not to award at all. If necessary, the Government may conduct discussions with any or all offerors. It is in the offeror's best interest to fully respond to the Experience Questionnaire since an order may be issued on the basis of information received, without further discussion. Award will be made on a Best Value basis and offers shall at a minimum, contain the items described in this section. Each offer shall contain sufficient information to enable a thorough evaluation. All offers must submit the following: (1) Experience and Capabilities Questionnaire to define non-price evaluation factors and elements described under FAR 52.212-2 Evaluation- commercial Items (use additional pages if necessary); (2) Biobased Questionnaire to define utilization of Biobased Products; (3) Offerors shall include representation and certifications in AGAR 452.209-70; (4) Completed Schedule of Items, with pricing, contact information and SAM certification; and (5) If annual representations and certifications are not active Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The offeror shall complete paragraphs (c) through (o) of this provision. (SAM replaces ORCA, CCR and Acquistion.gov). All offers must be received by 4:00 EST on June, 29, 2015 Please submit one complete copy of the above information to: USDA Forest Service - AG-569R-S-15-0043 Erin Garcia, LSAT Contracting Officer 412 Red Apple Road Manistee, MI 49660 Offers may be submitted electronically to egarcia02@fs.fed.us, SUBJ: AG-569R-S-15-0043 If submitting via email please note file size limitations, formatting or other problems may hamper receipt so please verify that the contracting officer has received your quote. No facsimile offers will be considered per (c)(1) of FAR clause 52.215-1 Instructions to Offerors -- Competitive Acquisition. (Jan 2004). Incomplete offers will not be accepted. Contact Erin Garcia at egarcia02@fs.fed.us or (231) 723-2211 with administrative questions concerning this solicitation. Contact Ted Frank at tjfrank@fs.fed.us or (906) 932-1330 for more information on technical questions concerning this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/AG-569R-S-15-0043/listing.html)
- Place of Performance
- Address: Ottawa National Forest - Iron River and Watersmeet Ranger Districts, E23979 US 2 East, Watersmeet, Michigan, 49969, United States
- Zip Code: 49969
- Zip Code: 49969
- Record
- SN03773565-W 20150625/150623235532-7c8cf8cd24c66e9f79150a6ac285ed24 (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 |