Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 24, 2020 SAM #6630
SOLICITATION NOTICE

Z -- Land Clearing, Tree Transplanting & Tree Removal

Notice Date
1/22/2020 9:06:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
USDA ARS SEA FNR BYRON GA 31008 USA
 
ZIP Code
31008
 
Solicitation Number
RFQ-20-4329-FS01
 
Response Due
1/24/2020 8:00:00 AM
 
Archive Date
02/08/2020
 
Point of Contact
William Rengstorf, Phone: 478-956-6466, Buddy Murph, Phone: 478-956-6430
 
E-Mail Address
William.Rengstorf@usda.gov, Buddy.Murph@usda.gov
(William.Rengstorf@usda.gov, Buddy.Murph@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services 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; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-20-4329-FS01 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 01-27. FAR 52.219-6, Notice of Total Small Business Set-Aside is applicable to this acquisition. The NAICS code is 238910 and Product and Service Code (PSC) is Z293. GENERAL DESCRIPTION OF REQUIREMENT: �Clear approximately 15 acres of land for the purpose of transplanting pecan trees.� The land was previously planted with dwarf pecan trees, which the majority of trees have been previously cut down leaving 3� to 4� stumps.� The designated area will be cleared (I.A.W SOW) in a manner suitable for the survival of transplanting a new species of pecan trees.� The successful bidder will be responsible for obtaining any Federal, State, or Local permits that are required to complete the process and abide by all Federal, State, and Local regulations governing the process. Successful offeror MUST be registered in System for Award Management (SAM). All interested contractors must visit the site and acquaint themselves with the conditions of the�site prior to�submitting a quotation. Scheduled site visit is the�14th of January at 10:00AM EST. �Prospective visitors may contact the Primary POC: William Rengstorf�(478-297-9040) or Secondary POC: Buddy Murph (478) 262-1284 if further details are needed to attend the site visit.� Failure to visit the site prior to submittal of quote�can be grounds for rejection of quotation. Offers should submit all technical questions regarding the solicitation electronically to the Contracting Officer (CO) William (Bill) Rengstorf, Purchasing Agent, william.rengstorf@ars.usda.gov. �All responses to questions, which may affect offers, will be incorporated via a solicitation amendment. To promote maximum participation/competition, quotes will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards), individual awards may be made for the line items or combinations of line items that result in the lowest aggregate cost to the Government. The following factors shall be used to evaluate quotes: technical capability or quality of the items offered to meet the Government requirement, past performance/prior experience and is most price advantageous to the government. Additionally, the availability of funds may determine if all, a combination of items or one line item will be awarded. To be considered for an award, please complete SF18, Alternative Payment Protection plan and any additional paperwork. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items.; FAR 52.212-2, Evaluation - Commercial items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition. The following FAR clauses cited in 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; 52.203-3 Gratuities; 52.222-4; Overtime Compensation; 52.222-6, Davis-Bacon Act; 52.222-8 Payrolls and Basic Records; 52.222-35; Equal Opportunity for Veterans; 52.222-36; Equal Opportunity for Workers with Disabilities; 52.225-9; Buy American Act; 52.228-13 Alternative Payment Protections; 52.232-34, Payment by Electronic Funds Transfer; 52.236-7, Permits and Responsibilities; 52.236-12, Cleaning up; 52.246-12, Inspection; 52-249-1, Termination for Convenience applies to this acquisition. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government�s rights under the Inspection clause, nor does it limit the Government�s rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are due 20 days from the date this notice is published on Beta.SAM.gov by 11:00 AM EST, January 22, 2020 at USDA Agricultural Research Service, 21 Dunbar Rd., Byron GA. 31008. POC for proposals and questions regarding requirement: William Rengstorf, Contract Specialist,�(478) 297-9040, William.Rengstorf@ars.usda.gov POC 2 for questions regarding requirement & schedule: Buddy Murph, Farm Center Supervisor,��(478) 262-1284, Buddy.Murph@ars.usda.gov Note: All questions submitted (orally or electronically) will be posted to the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f294736abb204d2b8e04b09ff270e757/view)
 
Place of Performance
Address: Byron, GA 31008, USA
Zip Code: 31008
Country: USA
 
Record
SN05540477-F 20200124/200122230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.