SOLICITATION NOTICE
F -- OTT - TSI Tree Release - AG-569R-S-17-0039 Combined Synopsis/Solicitation
- Notice Date
- 4/25/2017
- Notice Type
- Combined Synopsis/Solicitation
- 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-17-0039
- Archive Date
- 6/8/2017
- Point of Contact
- Annette C. Caliguri, Phone: 906-428-5842, Ted Frank, Phone: 906-932-1330 Ext. 515
- E-Mail Address
-
acaliguri@fs.fed.us, tjfrank@fs.fed.us
(acaliguri@fs.fed.us, tjfrank@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Offer Submission Documents Experience Questionnaire Form Wage Determination Item #3 Maps Item #2 Maps Item #1 Maps AG-569R-S-17-0039 Combined Synopsis/Solicitation Solicitation Number AG-569R-S-17-0039 Ottawa National Forest TSI Tree Release Description: The Lake States Acquisition Team announces an opportunity for TSI Tree Release on the Ottawa National Forest, Baraga, Iron, Houghton, and Gogebic Counties in the Upper Peninsula of Michigan. The Contractor shall furnish all personnel, materials, equipment, tools, supplies, transportation, supervision and incidentals to perform the services specified in this solicitation. The site conditions vary and we encourage any potential bidders to visit the work site prior to bidding. There are 3 line items for a total of 544 acres. The work shall be accomplished using hand or power tools, whichever the contractor desires as long as the desired results are achieved. 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. This solicitation is issued as a RFQ. The documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This procurement is set aside for Total Small Businesses. The NAICS code is 115310 and the Small Business Size Standard is $7.5M. Vendors must be registered in Systems for Award Management (SAM) www.sam.gov prior to receiving a government contract. Obtaining a DUNS number and registering in SAM are free. 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. Schedule of Items: Estimated Item Description Quantity Unit 1. Tree Release 145 Acres 2. Tree Release 236 Acres 3. Tree Release 163 Acres Specification and additional details are described in the Combined Synopsis/Solicitation Document as well as a list of evaluation factors (FAR Provision 52.212-2 Evaluation - Commercial Items). 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. One or more firm- fixed price contract will be awarded to the responsive and responsible offerors whose technically acceptable offer is the best value to the government. Each offer/technical proposal shall contain sufficient information to enable a thorough evaluation. 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 Technical Proposal Submittal Requirements since an order may be issued on the basis of information received, without further discussion.. All offers must contain the following to be considered responsive: (1) Experience and Past Performance, Safety Plan, Equipment and Employee availability/reliability, and list of biobased products to be used in performance of this contract. (Form provided for your convenience) (2) Completed Schedule of Items, with pricing, & contact information including DUNS #; (3) Annual representations and certifications in SAM. If not active in SAM, Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer (see www.acquisition.gov.far ) (4) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (5) Workforce Certification if using migrant and seasonal workers ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Annette Caliguri at acaliguri@fs.fed.us. Questions and answers will be posted to FBO. Please check FBO 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 amendments. 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. All offers must be received by 4:30 EST on May 24th, 2017 Offers may be submitted electronically to acaliguri@fs.fed.us, SUBJ: AG-569R-S-17-0039 Or hard copy to: USDA Forest Service - AG-569R-S-17-0039 Annette Caliguri, LSAT Contracting Officer 820 Rains Drive Gladstone, MI 49837 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. Technical Contacts: Ted Frank Bessemer/Watersmeet Ranger District 906-932-1330, Ext 515 Dave Steffensen Ontonagon Ranger District 906-884-2411, Ext 29 Michael Strieter Kenton Ranger District 906-852-3500, Ext 33 Contact Annette Caliguri at acaliguri@fs.fed.us or 906-428-5842 with administrative questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/AG-569R-S-17-0039/listing.html)
- Place of Performance
- Address: Baraga, Iron, Houghton, Gogebic Counties, Ottawa National Forest, Michigan, United States
- Record
- SN04484881-W 20170427/170425234958-6a14a5201f860a93077b1e454d5631eb (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 |