SOLICITATION NOTICE
F -- Chopping - Ocala NF - SOW
- Notice Date
- 4/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-8 National Forests in Florida, 325 John Knox Road, Suite F-100, Tallahassee, Florida, 32303
- ZIP Code
- 32303
- Solicitation Number
- AG-4283-S-17-0014
- Archive Date
- 5/12/2017
- Point of Contact
- Laurie K Mahalla, Phone: 850-523-8544
- E-Mail Address
-
lauriekmahalla@fs.fed.us
(lauriekmahalla@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Maps Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This is a firm fixed price contract. This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 Effective 19 Jan 2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 115310, with a small business size standard of $7.5 million. The USDA/U.S. Forest Service, National Forests in Florida, Lake George Ranger District and Seminole Ranger District announces an opportunity to a contractor to furnish all equipment, materials, tools, labor, transportation, and supervision to mechanically site prepare (single and double drum chopping) in accordance with the Statement of Work and Chopping General Vicinity Map and Contract Maps. All interested companies shall provide proposals for the following: SCHEDULE OF ITEMS 001 Mechanical Site Preparation with Double Drum Choppers, once, 911 acres 002 Mechanical Site Preparation with Double Drum Choppers, twice, 835 acres Services See attached Statement of Work. The period of performance is up to 30 calendar days from notice to proceed and is anticipated to start September 2017. Place of Performance: Address 1: Ocala National Forest Lake George Ranger District 17147 E Hwy 40 Silver Springs, FL Postal Code: 34488-5849 Country: UNITED STATES Address 2: Ocala National Forest Seminole Ranger District 40929 State Road 19 Umatilla, FL Postal Code: 32784 Country: UNITED STATES COMMERCIAL FAR PROVISIONS/CLAUSES The following FAR provisions and Agriculture Acquisition Regulations (AGAR) apply to this solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/far. 52.204-7 -- System for Award Management. (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016) 52.212-1 Instructions to Offerors - Commercial Items (JAN 2017) 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2017) (Offeror must complete this certification online at www.sam.gov or print this provision in full, complete the appropriate blocks, and submit with your offer.) 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015) 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUN 2016) AGRICULTURE ACQUISITION REGULATION (48 CFR CHAPTER 4) CLAUSES 452.236-73 ARCHAEOLOGICAL OR HISTORIC SITES (FEB 1988) 452.236-74 CONTROL OF EROSION, SEDIMENTATION, AND POLLUTION (NOV 1996) 452.237-75 RESTRICTIONS AGAINST DISCLOSURE (FEB 1988) FULL TEXT 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 52.212-2 Evaluation - Commercial Items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability to meet the government requirement (2) Past Performance (3) Price Technical and past performance factors, when combined, are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Basis of Award: (a) This acquisition will utilize the Lowest Priced Technically Acceptable (LPTA) procedure to make a best value award. A decision on the technical acceptability of each offeror's quotations will be made. For those offerors which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price. While the Government will strive for maximum objectivity, the technical acceptable/not acceptable process, by its nature, is subjective; therefore, professional judgment is implicit throughout the evaluation process. The Government intends to make an award based on the initial offers. If further questions are required, the contracting officer may contact the offeror or offerors. Award will be made to the responsible offeror whose quotation conforms to all solicitation requirements, such as terms and conditions, representations and certifications, technical requirements, and also provides the best value to the Government based on the results of the evaluation described in paragraph (b) below. (b) The LPTA evaluation process will be accomplished as follows. 1. Technical Capability: Describe and provide your proposed technical capabilities; your understanding of and knowledge of the program mission, objectives, statement of work requirements, and potential challenges which may occur as a result of performing the work. Provide sufficient documentation of technical capability by including technical literature, brochures, equipment list, key personnel list, resumes, or any other information to enable the Government to determine the offeror's capability to perform this work. EVALUATION: Each offeror's technical quotations will be evaluated to determine if the offeror provides a sound, compliant approach that meets the requirements of Statement of Work and demonstrates a thorough knowledge and understanding of those requirements. RATING: An evaluation rating of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical evaluation. If an Offeror receives a technical rating of "Non-Acceptable" they will not be considered for award. Technical quotations shall be limited to no more than 10 pages using Microsoft Word format, 12pt times New Times Roman font, double-spaced with 1 inch margins. 2. Satisfactory Past Performance: Provide three references for recent, relevant, and similar contractors in magnitude completed by your company within the last three years. In the case of an offeror without record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer than no past performance information is available. 1. The company name, contact name, contract number and name of the contract. 2. Period of performance. 3. The total contract value of the contract. 4. Contract type. 5. A brief summary narrative of contract scope (less than ½ page per contract) include whether the contract was completed timely, include the contract time and amount of time you completed the project. Were you within the timeframes? Why not? Success of the project. 6. The name of the Government Agency or Company contracting the work. 7. The name and phone number of the Contracting Officer. 8. Any evaluations that you received. 9. Address the Technical/Quality of the Product or Service, Schedule/Timeliness, Management or Business Relations, Small Business Subcontracting, Regulatory Compliance, and Other noted information. EVALUATION: Each offeror's past performance will be evaluated based on the three references provided above to verify satisfactory past performance as well as data obtained from other sources such as Contracting Officer's knowledge of and previous experience with the supply or service being acquired; customer survey and past performance questionnaire replies, the government's Past Performance Information Retrieval System (PPIRS), and any other reasonable basis or a combination thereof. RATING: An evaluation of Past Performance will be assigned an overall performance level as stated below: EXCEPTIONAL - Performance meets contractual requirements and exceeds many to the reviewer's benefit. The contractual performance of the element or sub-element being evaluated was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. VERY GOOD - Performance meets contractual requirements and exceeds some to the reviewer's benefit. The contractual performance of the element or sub-element being evaluated was accomplished with some minor problems for which corrective actions taken by the contractor were effective. SATISFACTORY - Performance meets contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. MARGINAL - Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being evaluated reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully implemented. UNSATISFACTORY- Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains a serious problem(s) for which the contractor's corrective actions appear or were ineffective. NOT APPLICABLE - Unable to provide a score. Performance in this area not applicable to effort assessed. 3. Price: Price will be examined to determine the extent to which proposed prices are comparable with the government estimates, previous procurement history, and a determination made of Price Reasonableness. The government may reject any offer that is determined to be Not Fair and Reasonable, unrealistically high or low in price when compared to Government estimates, or are unbalanced, such that the offer is deemed to reflect an inherent lack of competence or failure to comprehend requirements. All offers will be evaluated and a determination made of lowest price, from prices presented on Schedule of Items, based on the TOTAL of all line items. GENERAL INFORMATION: System for Award Management (SAM): All contractors wishing to do business with the Government shall possess a valid DUNS number and shall be registered in the System for Award Management (SAM). Contractors can register online at https://www.sam.gov. Offeror's SAM registration must be active in order to be eligible for award. Proposals containing a name and address (Block 17a of SF1449) different from that registered in SAM may be deemed ineligible for award. ACKNOWLEDGMENT OF AMENDMENTS: Amendments to this solicitation, if any, will be posted to the Federal Business Opportunities (FedBizOpps) website. Contractors shall monitor the website for any amendments and acknowledge those amendments with your offer. TO BE CONSIDERED RESPONSIVE, CONTRACTOR MUST SUBMIT THE FOLLOWING WITH OFFER: (1) Offeror must respond to all non-price evaluation factors as described under FAR 52.212-2 Evaluation -Commercial Items (OCT 2014) (2) Offerors shall include representations in FAR 52.209.11; (4) Completed Schedule of Items (5) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) online at www.sam.gov. (6) By submitting the offer, the Contractor agrees to all terms, conditions, clauses, and provisions included in the solicitation and agrees to furnish any awarded items at the price set in the schedule. The offer is valid for 60 after the closing date of the solicitation unless a formal extension is granted by the contractor. (7) Provide the following information: OFFEROR NAME:_______________________________________ OFFEROR DUNS NUMBER _________________________________________________ OFFEROR EMAIL ADDRESS ________________________________________________ OFFEROR POINT OF CONTACT (NAME AND PHONE) _________________________________ (8) This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all proposals must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s): ALL OFFERS MUST BE RECEIVED BY 3:00 EST ON APRIL 27, 2017 Please submit one complete copy to: Offers shall be submitted electronically to lauriekmahalla@fs.fed.us, SUBJ: AG-4283-S-17-0014 When 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 offer. In addition, please ensure that your proposal is received prior to the requested date and time. Any proposal received in this office after the exact time and date in this office will NOT be accepted. Adjust your submission accordingly allowing sufficient time for the file to be transferred and/or received. Contact Laurie K. Mahalla at lauriekmahalla@fs.fed.us or (850) 523-8544 with administrative questions concerning this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4283/AG-4283-S-17-0014/listing.html)
- Place of Performance
- Address: Lake George Ranger District, 17147 E Hwy 40, Silver Springs, Florida, 34488, United States
- Zip Code: 34488
- Zip Code: 34488
- Record
- SN04461105-W 20170407/170405235153-a014f7307776932dd254de1d7dea7a05 (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 |