MODIFICATION
F -- HM - Manistee Habitat Improvement IDIQ - Amendment 1
- Notice Date
- 4/2/2018
- Notice Type
- Modification/Amendment
- 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
- 12569R18R0009
- Archive Date
- 5/15/2018
- Point of Contact
- Annette C. Caliguri, Phone: 906-428-5842, Heather Keough, Phone: 231-745-5831
- E-Mail Address
-
acaliguri@fs.fed.us, hkeough@fs.fed.us
(acaliguri@fs.fed.us, hkeough@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Q&A's SF 30 Solicitation Amendment Solicitation Number 12569R18R0009 Huron Manistee National Forest Manistee Habitat Improvement IDIQ This solicitation amendment is to correct wording in Line Item 9 performance period to read "Herbicide treatment will occur between July 16 and July 31 unless otherwise specified in Task Orders." Questions and Answers are also included as an attachment to this amendment posting. The Lake States Acquisition Team announces an opportunity to conduct Habitat Improvement work on the Huron Manistee National Forest in Michigan. It is the intent of this contract to secure services to improve wildlife habitat within the Baldwin and Manistee Ranger Districts by reducing tree and shrub cover and increasing native grass and wildflower cover using a combination of mechanical equipment, hand tools, and/or chemical treatments. The Forest Service will hold the option of renewing this contract with the selected Contractor(s) at the initial price/acre for up to two additional years, without re-advertising. Project acreage for each year is estimated to be: 100 acres of mowing; 25 acres of mechanical brushing ≤ 3" diameter at breast height (DBH) and no piling; 75 acres of mechanical and/or manual brushing ≤ 6" DBH and piling; 12 acres of hand cutting ≤ 5" DBH and piling; 15 acres of manual brushing ≤ 6" DBH and no piling; 5 acres of hand cutting ≤ 5" DBH, stump herbicide, and piling; 5 acres of mechanical and/or manual cutting ≤ 10" DBH, stump herbicide, and piling; 6 acres of tilling and seeding with a native seed mix; and 9 acres of herbiciding non-native invasive plants (NNIP). However, project acreage may potentially increase or decrease based on funding. The contractor will be responsible for providing all personnel and equipment necessary for multiple years of contract execution and completion. One or multiple three (3) year IDIQ contract(s) will be awarded from this solicitation as a best value to the government. The Contractor shall furnish all labor, equipment, supervision, transportation, supplies and incidentals required to complete the project per specifications provided and in the timeframe specified for this project. 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 RFP with requirement to submit technical information (See Sections L & M and Offer Submission Package). The documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. This procurement is a total small business set-aside. The NAICS code is 115310 and the Small Business Size Standard is $7.5M. Schedule of Items: Item Description 1 Mowing 2 Mechanical Brushing/No Piling 3 Mechanical and/or Manual Brushing & Piling 4 Hand Cutting & Piling 5 Manual Brushing/No Piling 6 Hand Cutting, Stump Herbicide And Piling 7 Mechanical or Manual Cutting, Stump Herbicide & Piling 8 Tilling & Seeding 9 Herbicide Non-native Invasive Plants Optional Items 1 Mowing 2 Mechanical Brushing/No Piling 3 Mechanical and/or Manual Brushing/No Piling 4 Manual Brushing/No Piling 5 Hand Cutting, Stump Herbicide And Piling 6 Mechanical and/or Manual Cutting Stump Herbicide and Piling 7 Tree Felling 8 Alder Manual Brushing 9 Tree Tipping Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract. See https://www.sam.gov 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. 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. Notification of award will be issued on or about May 7, 2018. The contract period is for (3) three years after the date of award. The following factors shall be used to evaluate offers: 1. Technical Qualifications 2. Past Performance 3. Capability/Production Rate/Operating Plan 3. Safety & Sustainability 4. Price See Combined Synopsis-Solicitation document for detailed specifications and additional information. Award will be made on a Best Value basis. Each offer/technical proposal shall contain sufficient information to enable a thorough evaluation. The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect not to award at all. 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: (1) Completed SF 1449 form to include offerors name, address, phone number, e-mail address, and Duns number; (2) Completed Schedule of Items; (3) Annual representations and certifications - if not active in SAM, Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer; (4) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law; (5) Workforce Certification indicating use of migrant and seasonal workers if applicable. (6) Experience and Past Performance, Work Plan, Safety Plan, Bio based Products, Equipment and Employee availability/reliability; All offers must be received by 4:30 EST on April 30th, 2018. Please submit one complete copy of the above information to: USDA Forest Service - 12569R18R0009 Annette Caliguri, LSAT Contracting Officer 820 Rains Drive Gladstone, MI 49837 Offers may be submitted electronically to acaliguri@fs.fed.us, SUBJ: 12569R18R0009 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/12569R18R0009/listing.html)
- Place of Performance
- Address: Huron Manistee National Forest, Baldwin, Michigan, 49304, United States
- Zip Code: 49304
- Zip Code: 49304
- Record
- SN04874990-W 20180404/180402231046-d65bdceca4bdc9853970377f662b3e79 (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 |