Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

F -- Frye Fire Aerial Seeding - Maps - GIS - Schedule - SOW

Notice Date
7/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM IT Support, Albuquerque Service Center, Pan American Bldg, Suite 200, 101 B Sun Ave NE, Albuquerque, New Mexico, 87109, United States
 
ZIP Code
87109
 
Solicitation Number
AG-8371-S-17-0055
 
Archive Date
8/11/2017
 
Point of Contact
Brendell J. Gallegos, Phone: 5058423340
 
E-Mail Address
bgallegos@fs.fed.us
(bgallegos@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) Schedule of Items GIS GIS GIS GIS GIS GIS GIS GIS Maps USDA FOREST SERVICE REQUEST FOR PROPOSAL For Frye Fire Aerial Seeding At the Coronado National Forest This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), 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. Solicitation number AG-8371-S-17-0055 is issued as a Request for Proposal (RFP). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, dated 1/19/2017. The clauses and provisions referenced in this solicitation can be found in full text format at http://www.arnet.gov/far. This requirement is being solicited as 100% Small Business Set-Aside under North American Industry Classification System (NAICS) code 115310 (Support Activities for Forestry) with a size standard of $7,000,000.00. The USDA Forest Service, intends to award a firm-fixed price contract for the Frye Fire Aerial Seeding (commercial services). The work is to be performed at the Coronado National Forest (Safford Ranger District). Period of performance is estimated at 4 calendar days. Award will be made on the basis of best value, Lowest Price Technically Acceptable, whose proposal represents the best values to the Government proposing the lowest price and that has anything other than an "Unsatisfactory" rating in the Past Performance Information Retrieval System (PPIRS). The evaluation factors that will be used in determining the most beneficial proposal to the government are: Availability, Equipment, Past Performance, Work Plan and Price. 1. Availability. The "Start Date", is defined as the date the contractor would have all the necessary elements required to begin working on the project, including equipment, mulch, personal and any other supporting required items. A higher adjective rating will be awarded to a proposal which provides the earliest date in the Offerors Work Plan to achieve the project objectives and completion time. 2. Equipment. The offeror will be required to list all the aircraft and equipment they plan to utilize on the project with sufficient detail so the panel can evaluate the efficiencies of the aircraft identified. 3. Past Performance and Experience with this type of Project. The offeror should list all work of a similar nature and size during the past three years. Each project listed should include references that can confirm their performance history; include name, phone number, size of project and location. Note: In accordance with FAR 15.305, if an offeror without a record of relevant past performance or for whom information on past performance is not available; the offeror will not be evaluated either favorably or unfavorably in this area, but instead will receive a neutral rating. 4. Work Plan. The Contractors will be required to detail their proposed plan of work for accomplishing all work, required by this solicitation. Included should be the number of acres to be completed per day, number of personnel, equipment (ie type of helicopters or fixed wing) and any other information deemed appropriate. The Work Plan must include a safety section on how the operations will be conducted. The Work Plan should address the Safety of Operations to include communications, aviation operations and ground safety. The Contractor shall adhere to the Statement of Work provided necessary to perform aerial seeding. Price and Past Performance will be evaluated in accordance with in FAR 13.106-2(b) (1) & (3) (ii). Price will be rated for fair and reasonableness. The FAR provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. In addition, offerors will include with their offer a completed copy of the FAR provision 52.212-3, Offer Representations and Certifications - Commercial Items. The FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition. Proposals must be received by July 27, 2017, at 2:30 P.M. Mountain Time. All proposals shall be submitted electronically in accordance with the instructions listed in this combined synopsis /solicitation to Brendell Gallegos at bgallegos@fs.fed.us. It is the contractor's responsibility to monitor FBO for any amendments. If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with the proposal at time proposals are due. Award will be made as a whole to one offeror. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. All contractors are required to be registered in the DOD's System for Award Management (SAM) before award. Information on getting registered may be obtained by accessing the following internet website: https://www.sam.gov. For information regarding this solicitation, the Forest Service Point of Contact is Mr. Brendell Gallegos, 505-842-3340, bgallegos@fs.fed.us. Please email any questions you may have regarding this effort to bgallegos@fs.fed.us. The Contracting Officer will coordinate a response. All questions must be received no later than 24 July 2017 @ 1:00PM (1300) Mountain Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/AG-8371-S-17-0055/listing.html)
 
Place of Performance
Address: Coronado National Forest, Tucson, Arizona, United States
 
Record
SN04590263-W 20170723/170721235239-1531197fe9c895e571c2661fbebc9b8a (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.