Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
SOLICITATION NOTICE

B -- Forest Inventory and Analysis (FIA) Data Collection Services, West Virginia Field and Urban Plots

Notice Date
1/23/2017
 
Notice Type
Presolicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, Northern Research Station, 1992 Folwell Avenue -, Acquisition Management, St. Paul, Minnesota, 55108
 
ZIP Code
55108
 
Solicitation Number
AG-3604-S-17-0010
 
Archive Date
6/1/2017
 
Point of Contact
Maria T. Evans, Phone: 6105574040
 
E-Mail Address
mtevans@fs.fed.us
(mtevans@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA Forest Service, Northern Research Station intends to initiate a Request for Proposal (RFP) procurement action and award a negotiated, Firm-Fixed Price incentive contract for an annual forest inventory data collection effort in the State of West Virginia. The Contractor shall provide inventory data to the USDA Forest Service, Northern Research Station's Forest Inventory and Analysis (FIA) Unit. This data will be collected from predetermined forest inventory plots randomly located across the State of West Virginia. The protocols for this effort, including the inventory plot design, are outlined and described in the following Field Guides: • NRS Regional P2 Field Guide Version 7.1 • NRS Regional P2+ / P2+ Soils Field Guide Version 6.0.2 • NRS Regional Urban FIA Field Guide Version 7.1 The acquisition will be solicited using the procurement process prescribed in Part 12, Commercial Items, of the Federal Acquisition Regulations (FAR), in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in Part 13, Simplified Acquisition Procedures; and Part 15, Contracting by Negotiation. A Firm-Fixed-Price contract will be awarded for a Base Period (from approximately April 17, 2017 to February 28, 2018); and four (4) twelve-month Option Periods from approximately March 1, 2018 to February 28, 2022 to the offeror whose offer, conforming to the solicitation, falls within the competitive price range. The Government will award the contract resulting from this solicitation to the responsible offeror whose proposal, conforming to the RFP will be the Best Value to the Government. The award may be made to a superior offeror which is not the lowest offered price, but which is significantly more technically advantageous than the lowest offer so as to justify the payment of a higher price. The evaluation factors listed in descending order of importance are: Factor 1 - Experience and Qualifications of Contractor and Key Personnel; Factor 2 - Past Performance; Factor 3 - Capability to Perform; and Factor 4 - Cost. Factors 1 and 2 are of equal weighting; Factors 1, 2, and 3 are significantly more important than price; however price will contribute substantially to the selection decision. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and is the "greatest value" to the Government, cost and other factors considered. A Pre-Proposal Teleconference will be held on Wednesday, February 15, 2017 at 10:00 AM EASTERN TIME (9:00 AM CENTRAL TIME). The Dial-In Number is 888-844-9904 (Access Code: 7260702). Please e-mail Michael Effinger at meffinger@fs.fed.us if you plan to call in. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/ An electronic copy of Solicitation Number AG-3604-S-17-0010 will be posted on this site on or about February 7, 2017. No hard copies will be issued and no written or fax requests will be accepted. Proposals are due on or about March 9, 2017 by 11:00 am EASTERN TIME. Proposals shall be e-mailed to Maria T. Evans at the following e-mail address: mtevans@fs.fed.us No bound/spiral proposals; and no fax submission proposals will be accepted. The NAICS Code for this project is 115310 with a size standard of $7.5 million. It is the contractor's responsibility to monitor FBO for any amendments. All contractors must be registered in the System for Award Management (SAM) website at https://www.sam.gov/index.html/ as required by FAR 4.1102. Also, contractors who receive a federal contract of $25,000.00 or more are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 703-461-2460 or by accessing the following Internet web site: http://vets.dol.gov/vets100/. Service Contract Act Wage Rates will be applicable. Award will be made as a whole to one offeror. This procurement is set aside 100% for small business concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/63PX/AG-3604-S-17-0010/listing.html)
 
Place of Performance
Address: WEST VIRGINIA, United States
 
Record
SN04377579-W 20170125/170123234031-2faeded12796f00f80a55bd2f45b1895 (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.