SOLICITATION NOTICE
F -- DCEVA PASTURE MANAGEMENT BPA
- Notice Date
- 4/20/2020 12:00:20 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- OREGON STATE OFFICE PORTLAND OR 97204 USA
- ZIP Code
- 97204
- Solicitation Number
- DOILFBO200024
- Response Due
- 5/5/2020 12:00:00 AM
- Archive Date
- 05/20/2020
- Point of Contact
- Willis, Kevin
- E-Mail Address
-
kwillis@blm.gov
(kwillis@blm.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Reference notice no. 140L4320Q0089 which was cancelled to due to system errors and replaced by this announcement in its entirety. This is a source sought notice. The Bureau of Land Management (BLM), Oregon State Office is seeking responsible vendors to establish a Blanket Purchase Agreements (BPA) for firm fixed price commercial items service to perform Pasture Management Services, within the BLM Coos Bay District, Dean Creek elk viewing area in Oregon to be conducted under FAR Part 13. The vendor shall furnish site preparation mowing (for Government-performed prescribed burning), teddering and fuel break raking and mowing and grass removal at the Dean Creek Elk Viewing Area (DCEVA) in the Umpqua Resource Area, Coos Bay District, Oregon in accordance with the attached schedule and statement of work. The performance period will be from date of award for a period of 5 years the ordering period commencing 06/01/2020. The NAICS code is 115310 and the small business size standard is $8,000,000.00. This opportunity is set aside for small business. Multiple awards may be made. All responsible sources must submit a capability statement which shall be considered by the agency. Responses shall be evaluated on the non-price evaluation factors: Past Performance, Relevant Experience, and Technical Capacity. The capability statement must include: 1. Past Performance: Respondent shall submit satisfactory past performance information on three (3) projects of similar scope and magnitude that were completed as a Prime Contractor within the last three (3) years from the solicitation closing date. Past performance information must consist of final performance ratings of the project(s) and/or project references who can provide performance assessments. References shall consist of officials from the issuing contracting agency who oversaw the performance of the project. The Government reserves the right to obtain past performance information from other sources such as the references and the Past Performance Information Retrieval System (PPIRS) and other Federal performance assessments systems but is not limited to these sources, pursuant with FAR subpart 42.15. Offerors with no historical record of past performance will receive a Neutral rating. Information required for each project shall include: a. Contracting agency/customer b. Contract number c. Contract title or meaningful description of services and location d Award date e. Initial award amount f. Award amount at contract completion g. Contract Completion Date h. Actual Completion Date i. Final performance evaluation with rating or reference information (first and last name, title, office, mailing address, telephone number, and email address) j. Address any adverse past performance information and explain the corrective actions taken to achieve a successful outcome. 2. Relevant Experience: a. Respondent shall demonstrate their specialized experience by furnishing at least three (3) projects of similar scope and magnitude to this requirement that were completed as a Prime Contractor within five (5) years of the solicitation closing date. Experience information shall include: (1) Customer/contracting agency (2) Contract number (3) Contract title with location (4) Award date (5) Award amount at contract completion (6) Contract completion date (7) Actual completion date (8) Description of project (9) Describe relevant experience and any unique conditions and/or challenge b. Knowledge of burn segments: Respondent shall demonstrate their knowledge and expertise of working with burn segments. c. Local Market Knowledge. Respondent shall demonstrate their specialized experience with similar work in project location or locations that have similar conditions to those found in the local area. The Respondent, through these projects, must demonstrate knowledge of local weather, transportation complexities, subcontracts and local market conditions. 3. Technical Capacity. Respondent must perform a minimum of at least 100 acres of mowing; 110 acres of teddering; 110 acres of fuel break raking; and 20 acres of mowing with removal per project within the annual local seasonal performance window. Respondent shall demonstrate their technical capacity and production/performance rate. Responses must be received by May 5, 2020, 1000AM PT in order to be considered. Email responses to BLM_OR_SO_952_Mail@blm.gov, with the subject line entitled DOILFBO200024.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/922a172d6373482c80aa66cce5defde8/view)
- Record
- SN05626130-F 20200422/200420230142 (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 |