Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

F -- Moquah Barrens Brushing, Chequamegon-Nicolet National Forest

Notice Date
4/1/2020 12:04:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
USDA FOREST SERVICE RHINELANDER WI 54501 USA
 
ZIP Code
54501
 
Solicitation Number
12569R20Q0012
 
Response Due
4/20/2020 11:00:00 AM
 
Archive Date
05/05/2020
 
Point of Contact
Erin Garcia, Aaron Fahlstrom
 
E-Mail Address
erin.garcia@usda.gov, aaron.fahlstrom@usda.gov
(erin.garcia@usda.gov, aaron.fahlstrom@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 Request for Quote (RFQ).� The documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04.� This procurement is set aside for a total small business. The NAICS code is 115310 and the Small Business Size Standard is 8 MIL.� Schedule of Items: (See OFFER SUMBISSION PACKAGE attachment for Schedule of Items to be completed for offer submission as well as other requirements.) More than one contract may be awarded, and prospective contractors may quote on any or all line items. Item No.��������� Description of Area���� Quantity��������� Unit���� Unit Price������� Amount 1��������� Moquah Barrens Block A������� 16������� Acres�� $��������� $ 2��������� Moquah Barrens Block I-1����� 47������� Acres�� $��������� $ 3��������� Moquah Barrens Block I-2����� 51������� Acres�� $��������� $ Description of Requirement: It is the intent of this contract to secure labor and equipment necessary to complete 114 acres of sub-merchantable tree and shrub cutting/reduction within the Northwest Sands project area on the Washburn Ranger District of the Chequamegon-Nicolet National Forest, Bayfield County, Wisconsin. Sub-merchantable tree and shrub cutting/reduction will consist of cutting target vegetation with brushsaws and/or chainsaws, during appropriate dry soil conditions, with the desire to kill unwanted sub-merchantable tree and shrub species (aspen, oak, birch, hazelnut, willow and maple). The contractor shall furnish all labor, supervision, transportation, equipment, supplies and incidentals necessary to complete the required services, in accordance with the attached Statement of Work/Specifications. Delivery Details/Period of Performance:� The estimated award date is 4/27/2020. The estimated start date is July 16, 2020 with contract completion on� October 16, 2020. Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract (formerly Central Contractors Registration or CCR). See www.sam.gov for details � this may take up to 2 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award. 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. ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Erin Garcia at erin.garcia@usda.gov. Questions and answers will be posted to FBO and is the contractor�s responsibility to remain up to date on all Q&As as well as any potential resulting amendments. All questions must be received not later than three days prior to the solicitation close date, or the government is under no obligation to review and/or address the questions. 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. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Experience; (ii) Past Performance; (iii) Biobased Products; (iv) Minimal ground disturbance preferred method (brush/chain saw use); and (v) Price. Technical and past performance, when combined, are equal to price. The Government may issue an order to other than the lowest quoter, waive minor informalities or irregularities in quotes received, or elect not to award at all.� If necessary, the Government may conduct discussions with any or all quoters.� It is in the quoter�s best interest to fully respond to the Experience Questionnaire since an order may be issued on the basis of information received, without further discussion. Award will be made on a Best Value basis and offers shall at a minimum, contain the items described in this section. Each offer shall contain enough information to enable a thorough evaluation. To be considered responsive, contractor must submit the following with offer: (1) Completed Schedule of Items, with pricing including Offeror name, address, DUNS number, telephone number and name of contact person; (2) Offeror must respond to the other evaluation factors as described under FAR 52.212-2 Evaluation � Commercial Items (OCT 2014). (Page 10 of solicitation) Optional Experience Questionnaire is included in Offer Submission Package to help facilitate the non-price evaluation factors including Biobased purchasing. For Past Performance list at least three references in offer. If contractor doesn�t have past performance, it will be rated as a neutral rating which is acceptable. Use additional pages if necessary; (3) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) online at www.sam.gov. (4) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services; (5) Offeror must submit representations in FAR 52.209.11; and (6) Workforce Certification. All offers must be received by 2:00 pm Eastern on April 20, 2020 Please submit one complete copy of the above information to: USDA Forest Service � 12569R20Q0012 Erin Garcia, LSAT Contracting Officer 412 Red Apple Road Manistee, MI� 49660 Offers may be submitted electronically to erin.garcia@usda.gov, SUBJ: 12569R20Q0012 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. Contact Erin Garcia at erin.garcia@usda.gov or (231) 723-2211 with administrative questions concerning this solicitation. Contact Aaron Fahlstrom at aaron.fahlstrom@usda.gov or (715) 373-2667 x5246 for more information on technical questions concerning this solicitation. *See Combined Synopsis-Solicitation and attachments for further information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/89bc62e020414bf29c9b30f7e1e38582/view)
 
Place of Performance
Address: Washburn, WI 54891, USA
Zip Code: 54891
Country: USA
 
Record
SN05606955-F 20200403/200401230142 (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  © 1994-2020, Loren Data Corp.