Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

F -- Ottawa National Forest - Common Stand Exams (CSE)

Notice Date
6/25/2020 8:08:40 AM
 
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
12569R20Q0035
 
Response Due
7/24/2020 11:00:00 AM
 
Archive Date
08/08/2020
 
Point of Contact
Erin Garcia, Phone: 2317232211, Michael B. Strieter, Phone: 906-285-6880
 
E-Mail Address
erin.garcia@usda.gov, michael.b.strieter@usda.gov
(erin.garcia@usda.gov, michael.b.strieter@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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06.� This procurement is set aside for total small business. The NAICS code is 115310 and the Small Business Size Standard is 8M.� Description of Requirement: This solicitation is for Common Stand Exams on the Ottawa National Forest. Work shall consist of locating, establishing, measuring and recording data for sample plots.� The work performed and the data collected shall be in compliance with the terms, specifications, conditions and provisions of this solicitation, and the Common Stand Exam Users Guide, Version 2.12.6 March2015, hereafter known as �CSE User Guide�.� If the contract specifications differ from the CSE User Guide, the contract shall take precedence. The Contractor shall furnish all personnel, materials, equipment, tools, supplies, transportation, supervision and incidentals to perform data collection work, except as otherwise provided by the Government. The Bobcat Project Area is located south and east on Marinesco, MI; east of highway M-64 and north and south of Hwy US-2. North Victoria Project Area is located approximately 9 miles south of Ontonagon, MI on Norwich Road. The Project Area lies east and west of the Norwich Road and north of Victoria Road. Bobcat Project Area: Bessemer and Watersmeet Ranger Districts, and North Victoria Project Area: Bergland and Ontonagon Ranger Districts of the Ottawa National Forest. See the RFQ Solicitation and other attachments for full description of work. Quoters are required to be registered in the System for Award Management (SAM) at the time a quote is submitted. See www.sam.gov for details � this may take up to 2 weeks and requires a DUNS number. Obtaining a DUNS number and registering in SAM are free.� 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 www.beta.SAM.gov 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. It is the Government�s intent to award one contract resulting from this solicitation.� Accordingly, quoters shall submit pricing for all line items.� However, if upon evaluation, it is determined that multiple awards are in the best interest of the Government, multiple awards may be made.� It is the Government�s intent to award a fixed priced contract resulting from this solicitation. 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 contract(s) 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 and are listed in descending order of importance. Offers need to thoroughly address each factor in writing as presented below and further described in the Offer Submission Information section of this solicitation. Qualifications (as listed in Statement of Work C.3.1.1) and Technical Capability Price Project Management Past Performance Availability Offer Submission Information Offers shall be submitted to: erin.garcia@usda.gov � With subject line including: Sol. #12569R20Q0035 or mail to: USDA Forest Service � 12569R20Q0035 Erin Garcia, LSAT Contracting Officer 1170 Nursery Road Wellston, MI 49689 No later than: 2:00pm Eastern, July 24, 2020 Contact Erin Garcia at erin.garcia@usda.gov for more information or with questions concerning this solicitation. For Technical information and to arrange for a site visit, contact: [Items 1-33]:�� Mike Strieter,�906-285-6880;���email: michael.b.strieter@usda.gov [Items 1-26]:�� Chris Boroski,�906-358-4043;� email: christopher.boroski@usda.gov [Items 27-33]: John Bowers,� 906-852-3500 x8524033: email: john.l.bowers@usda.gov Award Determination The Government will evaluate offers in accordance with the evaluation criteria set forth in Provision 52.212-2. Award will be made to the offeror (1) whose offer is technically acceptable and (2) whose technical/cost relationship is most advantageous to the Government.��� The critical factor when making any cost/technical trade-off is not necessarily the spread or difference between the technical scores, but rather is the significance of the difference.� The significance will be determined on the basis of what the difference might mean in terms of performance, and what it would cost the Government to take advantage of it.� Award may not necessarily be made to the offeror submitting the lowest quote.� Also, award may not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the work.� The Government reserves the right to make cost/technical trade-offs that are in the best interest and to the advantage of the Government.� The Government may issue an order to other than the lowest offer, 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 offerors.� It is in the offeror�s best interest to fully respond to the evaluation criteria 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 sufficient information to enable a thorough evaluation. To Be Considered Responsive, contractor must submit the following with offer: (1) Completed Schedule of Items, with pricing. Offers for less than the total item will not be considered; (2) Representations and Certifications - Include the completed Representations and Certifications Section of this solicitation; (3) Offeror must respond to the evaluation criteria as described under FAR 52.212-2 Evaluation � Commercial Items. An Experience Questionnaire is attached to help facilitate the non-price evaluation factors. Use additional pages if necessary. As a minimum, the offer must clearly provide the following: Qualifications and Technical Capability as listed in Section C.3.1.1 of Statement of Work including, but not limited to: List key personnel who will be assigned to this contract and recent experiences of key personnel in timber stand improvement or related work in northern forest areas similar to those to be included in the contracts. Education and/or experience of key personnel which demonstrates proficiency in the following skill areas:� safe operation of power saws, tree identification, and map reading. Understanding of and ability to accomplish work as described in Section C of the Statement of Work. Project Management that describe your ability to organize, schedule (production rate), and staff (crew size) this project to completion and on schedule. Past Performance that demonstrates ability to meet Forest Service needs both organizationally and technically. Availability that indicates when you will start this project, and when you will finish it. See RFQ_Solicitation and attachments for further information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/056afa08cee2432cb1c5e2daa3de5630/view)
 
Place of Performance
Address: Ironwood, MI 49938, USA
Zip Code: 49938
Country: USA
 
Record
SN05702585-F 20200627/200625230147 (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.