SOLICITATION NOTICE
F -- Non-Native Invasive Plant (NNIP) Species Control
- Notice Date
- 4/24/2020 11:21:12 AM
- Notice Type
- Presolicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- WAYNE NATIONAL FOREST NELSONVILLE OH 45764 USA
- ZIP Code
- 45764
- Solicitation Number
- 1255N920R0002
- Response Due
- 6/10/2020 1:00:00 PM
- Archive Date
- 06/25/2020
- Point of Contact
- Carrie L Edwards, Phone: 3045362144
- E-Mail Address
-
carrie.edwards@usda.gov
(carrie.edwards@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DESCRIPTION: The Wayne National Forest (managed by the USDA Forest Service) in Ohio has a requirement to establish an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for forest-wide Non-Native Invasive Plant (NNIP) Species Control.� The Contractor shall provide all expertise, labor, supervision, services, herbicides, carriers or adjuvants, herbicide dye, materials, equipment, tools, supplies, transportation, licenses, permits, worker personal protective equipment (PPE), and incidentals necessary to perform the required work. The primary objective is to eradicate, reduce, or contain invasive plant populations, thereby minimizing the threat to native plant communities, sensitive wildlife habitat, and then reducing the economic impact.� The projects would emphasize control activities on highly invasive nonnative plant species infestations. A detailed description of the requirements will be contained in the solicitation document. All deliverables must be in compliance with the terms, specifications, conditions and provisions of this solicitation and are to comply with applicable federal, state and local laws. LOCATION: Performance of Non-Native Invasive Plant (NNIP) Species Control treatments could be required on Forest Service land within the Athens and/or Ironton Ranger Districts of the Wayne National Forest headquartered in Nelsonville, OH. INFORMATION FOR OFFERORS: This requirement is being solicited as a commercial items.� Requests for Proposal (RFPs) are being requested in accordance with FAR Part 12 (Acquisition of Commercial Items).� Award of multiple firm, fixed-price multiple year performance based service contracts are anticipated.� The requirement is for a base period and an additional 4 (four) one-year option periods. A minimum of $2,500 is guaranteed in the base period only.� The maximum value for the base period and all option years combined will not exceed $2,000,000.00. SET ASIDE: This procurement is set aside 100% for Small Businesses. �The NAICS code is 115310 � Support Activities for Forestry and the Small Business Size Standard is $8.0 million. CONTRACTOR QUALIFICATIONS: All Vendors must have an active registration in the System for Award Management (SAM) database prior to award of a contract.� Registration in SAM may be completed on the web at www.sam.gov. This solicitation will ONLY be available electronically.� All solicitation documents will be available for the Federal Business Opportunities website (www.fbo.gov) on or around May 11, 2020.� Responsible sources may submit a proposal which, if timely received, will be considered by the Agency.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fd47a848ab7047caa00e52b18b986b83/view)
- Place of Performance
- Address: OH, USA
- Country: USA
- Country: USA
- Record
- SN05635230-F 20200426/200424230149 (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 |