SOLICITATION NOTICE
F -- CAMP SHELBY FOREST INVENTORY
- Notice Date
- 9/2/2021 11:01:23 AM
- Notice Type
- Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
- ZIP Code
- 39232-8861
- Solicitation Number
- W9127Q21R0041
- Response Due
- 9/9/2021 3:00:00 PM
- Archive Date
- 09/24/2021
- Point of Contact
- Brian Patrick Fortune, Phone: 601-313-1608
- E-Mail Address
-
brian.p.fortune.mil@mail.mil
(brian.p.fortune.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial services prepared�in accordance with the format in the Federal Acquisition Regulation (FAR)�Subpart 12.6, as supplemented with additional information included in the�notice. This announcement constitutes the only solicitation; quotes are�being requested and a written solicitation will not be issued. Solicitation�number W9127Q-21-R-0041�is being issued as a Request for Quote (RFQ)�using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal�Acquisition Circular 2021-06 and the Defense Federal Acquisition�Regulations (DFARS) updated 9 July 2021. This requirement is being set-aside�for Small Business and only qualified offerors may submit quotes. The North American Industrial Classification System Code (NAICS) is�115310 with a standard size of $8 Million. The Government contemplates�an award of a Firm Fixed Price purchase order for forest Inventory at Camp�Shelby Joint Forces Training Center. CLIN 0001: Forest Inventory Camp Shelby . The unit of measure is Job, with�a quantity of 1. Purpose. The purpose of this Contract is to obtain a forest inventory for approximately 3,930 acres�of forestland. DoD requires all military bases to manage their natural resources under the�principles of ecosystem basis. As part of the implementation of ecosystem management, the MSARNG�needs an adequate inventory of the forests hat occur within its boundaries. The services to be�performed consist of creating an inventory of the timber resources, to include, but not limited to�timber type and age classes, on DoD forested areas. Forest inventory data shall be presented in�stand and stock tables prepared in tabular form. The inventory shall include: standing timber�volume, dominant and subdominant species, average diameter at breast height, general determinations�of age classes and provide stand boundaries of dominate species. Maps and estimated acreages that� are infested by the southern pine beetle, Chinese privet, and Kudzu are also to be provided (when� applicable). BASIS OF AWARD: Award will be made on the basis of lowest priced offer and satisfies all the��minimum requirements per the attached Performance Work Statement. Detailed description of minimum�requirements and unit are included within the Performance Work Statement. To ensure timely and�equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes�must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Clauses and provisions incorporated by reference may be accessed via the Internet at�https://www.acquisition.gov. Quotes must be for all items�stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made(all or none) to one vendor.� All offerors must include Fed Tax ID #, CAGE and DUNS Number. All�potential sources shall be registered within SAM.gov, https://sam.gov/portal/publis/sam in order to be considered eligible foraward. Electronic Submission of Payment Requests and Receiving Reports DFAR�252.22-7003, apply to this requirement. In order for vendors to be paid, all�vendors must now use an E-invoicing system called Wide Area Work Flow�(WAWF). To gain access to the WAWF production system, contractors must�acquire an account available at https://wawf.eb.mil/. Questions on WAWF�may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988.� Proposals are due: no later than 5:00 p.m., CST, Thursday, 9 September�2021.�Submit quotes via email to Brian P. Fortune, brian.p.fortune.mil@mail.mil.�Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email,�addressed to Brian Fortune, brian.p.fortune.mil@mail.mil. Questions must�be received prior to Solicitation Close Date. Requests for a copy of the�solicitation will not receive a response.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1edcff457e9042f58a14e2c90922122a/view)
- Place of Performance
- Address: Hattiesburg, MS 39407, USA
- Zip Code: 39407
- Country: USA
- Zip Code: 39407
- Record
- SN06120523-F 20210904/210902230128 (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 |