Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2016 FBO #5354
SOLICITATION NOTICE

F -- IDIQ - Invasive Species Treatments - AG-8371-S-16-0049

Notice Date
7/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region, 333 Broadway, SE Acquisition Mgmt., Regional Office, Albuquerque, New Mexico, 87102, United States
 
ZIP Code
87102
 
Solicitation Number
AG-8371-S-16-0049
 
Archive Date
8/23/2016
 
Point of Contact
Sarah Valencia,
 
E-Mail Address
svalencia@fs.fed.us
(svalencia@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications/Terms & Conditions/Pilot Projects 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. The Coronado National Forest has identified a requirement for an Indefinite Delivery Indefinite Quantity (IDIQ) service contract for Invasive Species Treatments. This solicitation is set-aside 100% for small businesses under NAICS 115310. Size Standard 7.5 Million Solicitation Number is AG-8371-S-16-0049 and is issued as a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-87-2 effective April 4, 2016 FAR 52.212-1 Instructions to Offerors - Commercial is applicable. Refer to the Solicitation document AG-8371-S-16-0049 (Page 29) for specific instructions. FAR 52-212.2 Evaluation of Commercial Items is applicable. Refer to the Solicitation document AG-8371-S-16-0049 (Page 32) for the factors that will be used to evaluate offers. FAR 52-212-3 Offerors Representations and Certification - Commercial Items is applicable, however, the government will review the size standard of your company using your self-certification representations and certification on the System for Award Management (SAM). Responses received from other than small businesses will result in a quote being eliminated from further consideration. FAR 52.212-4 Contract Terms and Conditions - Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or executive orders are applicable and included in the solicitation. The Government intends to award 2 contracts. The estimated dollar value of this procurement including the base year and all options shall not exceed $1,000,000.00 per contract. Task orders awarded from this contract will range between $2,500.00 and $250,000.00. The only work authorized under this contract is that which is ordered by the Government through the issuance of a task order. The Government makes no representation as to the number of task orders or actual dollar amount of work to be ordered during the terms of the contract. The minimum guarantee for the full performance period if $2,500.00. There are two initial tasks under the proposed contract that are contained in the solicitation under "Pilot Projects:" - Bear Canyon Buffelgrass Treatment - West Side Catalina Buffelgrass Treatment The Government will consider only a single award for each Pilot Project. The Successful Offeror(s) for the Pilot Projects will automatically receive an award for a Master IDIQ Invasive Species Treatment Contract. The Pilot Project will be the first task order awarded under the Master IDIQ Contract. If the same contractor receives both awards for the pilot projects, the second Master IDIQ Invasive Species Treatment Contract will be awarded to the Best Unsuccessful Offeror for the Pilot Projects. Though not evaluated as the best value for the Pilot Projects, The Best Unsuccessful offeror nonetheless shall have submitted a proposal that is acceptable or better for all the evaluation factors. The Best Unsuccessful Offeror's overall pricing must be judged as fair and reasonable by the Contracting Officer, though that overall pricing is likely higher than that of the successful offeror. Selection for award will be based on the evaluation criteria as outlined on page 32 of the solicitation. This acquisition will utilize the best value source selection process with the intent to award two Master IDIQ contracts to the responsible offerors whose proposals conforming to the Request for Proposal (RFP), is most advantageous to the Government. The Government intends to evaluate proposals and award without discussions. This solicitation is available in electronic format only. Perspective Contractors are responsibility to check this website daily for any and all amendments to this solicitation. Proposals are due on or before August 8, 2016 at 4:30pm MT to svalencia@fs.fed.us or mailed to 333 Broadway Blvd SE Albuquerque, NM 87102 Attn: Sarah Valencia Questions in regard to this request shall be emailed to svalencia@fs.fed.us no later than July 29, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/8371/AG-8371-S-16-0049/listing.html)
 
Record
SN04188332-W 20160721/160719235249-fc8f46d3ec67dcfb776037f92db724a7 (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.