Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2020 SAM #6675
SOLICITATION NOTICE

F -- BLM Mechanical Hazardous Fuels

Notice Date
3/7/2020 3:07:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
NATIONAL OPERATIONS CENTER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140L0620R0009
 
Response Due
4/13/2020 12:00:00 AM
 
Archive Date
04/28/2020
 
Point of Contact
Chamberlin, Judith
 
E-Mail Address
jchamberlin@blm.gov
(jchamberlin@blm.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
COMBINED SYNOPSIS-SOLICITATION BLM Mechanical Hazardous Fuels Reduction Colorado, Idaho, Montana, North Dakota, South Dakota, Wyoming and Utah This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. (ii) The solicitation number is 140L0620R0009 and is issued as a request for proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective: 15 January 2020. (iv) This acquisition is set aside 100% for small business concerns. The associated North American Industrial Classification System (NAICS) code for this procurement is 115310-Fuels Management Services with a small business size standard of $20.5M. (v) The Bureau of Land Management (BLM) intends to enter into multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for Manual Fuels Management, each with a period of performance for five years. (vi) Please see the entire Solicitation 140L0620R0009 for a complete description of the requirement for this combined synopsis/solicitation. (vii) The place of performance of this combined synopsis/solicitation: the states of Colorado, Idaho, Montana, North Dakota, South Dakota, Wyoming and Utah. (viii) FAR 52.212-1, Instructions to Offerors - Commercial, does apply to this acquisition with no addenda to the provision. (ix) FAR 52.212-2, Evaluation - Commercial Items, does apply to this acquisition. In accordance with FAR 15.101, the IDIQ's shall be awarded to the offerors providing the best value to the Government based upon these evaluation factors: Technical Approach, Experience, Past Performance, and Price. Technical Approach, Experience and Past Performance when combined are more important than price. (x) Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its proposal. This provision is included in this combined synopsis/solicitation. If the offeror has up-to-date representations and certifications in the System for Award Management (SAM)** website, then this completed provision is not required to be submitted with the offeror�s proposal. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, does apply to this acquisition with no addenda to the provision. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The specific clauses required are detailed in this combined synopsis/solicitation. (xiii) Please see the entire solicitation 140L0620R0009 for additional contract requirements and terms and conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) The due date for receipt of proposals is 13 April, 2020 at 1300 Mountain Standard Time. Question shall be answered as received and released as an amendment, the final due date for the receipt of questions in regard to this combined synopsis/solicitation is 3 April, 2020. Proposals must be received electronically at jchamberlin@blm.gov. Adobe� (.pdf) or Microsoft Word� (.doc) are acceptable formats for submitting proposals. The electronic file must be under 5 MB total to ensure it can be received by e-mail. (xvi) Please contact Judy Chamberlin by email at jchamberlin@blm.gov with any questions regarding this combined synopsis/solicitation. The Government reserves the right to cancel this combined synopsis/solicitation. ** The System for Award Management (SAM) is a Federal Government owned and operated free web site. All vendors must verify their information through this web site. If you were previously registered in CCR and ORCA, your organization's information is already in SAM. You just need to set up a SAM account and migrate your CCR roles. If you were previously registered in CCR, your registration should have been moved to SAM, and you just need to open an account, see the following link for instructions: https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf. If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf to register. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. If you have questions about Government procurements in general or need assistance in the preparation of your proposal, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptacus.org/new/Govt_Contracting/find.php. (End of Synopsis/Solicitation 140L0620R0009)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8120c958aade43d0822d3ba9922434a4/view)
 
Record
SN05582417-F 20200309/200307230140 (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.