Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOLICITATION NOTICE

C -- **Recovery** Stand Exams - Dixie NF - Attachments

Notice Date
4/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, EROC Intermountain, 740 Simms Street, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
AG-82B1-S-10-0308
 
Archive Date
5/26/2010
 
Point of Contact
Paul Pierson, , douglas lee, Phone: 8014515180
 
E-Mail Address
paulpierson@fs.fed.us, douglasblee@fs.fed.us
(paulpierson@fs.fed.us, douglasblee@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination SOW Instructions to Offerors (I)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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFQ Number AG-82B1-S-10-0308. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541330, Surveying. The small business size standard is $4.5M. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: Lolo Route Marker Installation Bid Item AStand exam collection surveysPlots2403 Bid Item BStand exam collection surveysPlots3754 (VI) Detailed description of requirements is included in attached statement of work and exhibits. The following is a general description of the services to be performed: The Dixie National Forest (DNF) U.S. Department of Agriculture has wildlife habitat and fuels management responsibilities for public lands on the Dixie National Forest. Before the Forest Service can develop a strategy to more effectively manage vegetation, the Dixie needs a thorough inventory of stand structure and wildlife habitat. Therefore, this contract calls for an inventory of vegetation and fuel loading in areas where vegetation management activities are proposed. It will be used to determine the current vegetative stand structure and fuel loading while helping managers implement treatment alternatives to bring areas closer to desired conditions. Some stand data collection and very limited fuel loading data has been completed in the project areas. More data is needed to ensure Vegetation Stand Structure is accurate and meets the standard confidence interval while documenting pre-treatment fuel loading. The objective of this contract is to provide the Dixie with stand exam data and fuel loading data of project areas, to current professional standards. With this data vegetation stand structure will be determined and used to comply with Forest Plan and amendment standards. Fuel loading data will be gathered to monitor post project success and ensure compliance with Forest plan. (VII) Date(s) and place(s) of delivery and acceptance: (a) Project Location. The project is located across the Dixie National Forest including the Cedar City, Powell, and Escalante Ranger Districts. The Dixie National Forest is headquartered in Cedar City, UT which is located approximately 250 miles south of Salt Lake City or 170 miles northeast of Las Vegas, NV. Ranger Districts are located in Cedar City (Cedar City RD), Panguitch (Powell RD), and Escalante (Escalante RD). The project area is accessed by Federal Highways, State Highways, County Roads, and Forest Roads. A small portion of the project area may be behind locked gates, access will be provided. Maps showing the general area and more specific location are attached in the Exhibits Section. (b) Period of Performance. Work shall be completed by 30 Oct 2010. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. See Addendum for additional instructions. (IX) Offers will be evaluated on their past performance, their technical capability to successfully complete this project, and the price quoted. (a)The Government will award the contract to the offeror(s) who (a) asserts to the terms of the RFP, and (b) has the best combination of experience, past performance, and price. Experience is a matter of the number of opportunities an offeror has had to do similar work and to encounter the kinds of problems that the Contractor is likely to encounter in the performance of this contract. Past performance is a matter of an offeror’s reputation for integrity and customer satisfaction. Quality control and the understanding of the work is a matter of the offeror’s familiarity with the nature of the work and with the kinds of problems the Contractor is likely to encounter during performance. Award(s) may be made without further discussions. Proposals should be submitted initially on the most favorable terms, from a technical and cost standpoint, which the offeror can submit to the Government. However, the Government may, after evaluation of the proposals, conduct further oral or written discussions as appropriate with all offerors whose proposals are within the competitive range. (b)Offer of award will be made to the Quoter whose quote, as determined by the Contracting Officer, provides the best value to the Government, considering but not limited to, such factors as price, past performance, and capability to accomplish this type of work. When combined, past performance and technical factors are equal to price. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009), with its quote or complete the Representations and Certifications on line at HTTP://ORCA.BPN.GOV. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2009), Alternate I applies to this acquisition. The following clauses under subparagraph (b) apply:2, 3, 4,8i, 19, 20, 21, 22, 23,24,25,30 and 38. The following clauses under subparagraph (c) apply: 1 This solicitation is issued under the American Recovery and Reinvestment Act and all requirements of the Act apply. The appropriate clauses are included under subparagraph (b) above. (XIII) The following clauses are also applicable to this acquisition: None (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MT on May 11, 2010. All quotes must be mailed or e-mailed to the attention of Douglas Lee. The email address is douglasblee@fs.fed.us. Hardcopy proposals may be sent to USDA Forest Service - Intermountain EROC, 740 Simms St. Lakewood, CO 80401. Proposals may be on the Offerors letterhead and must state the solicitation number (AG-82B1-S-10-0308) on the cover page and in the subject line of e-mails (FAILURE TO PROVIDE THE SOLICITATION NUMBER IN THE SUBJECT LINE OF ANY E-MAILED OFFERS MAY RESULT IN YOUR OFFER NOT BEING CONSIDERED. FAXED OFFERS WILL NOT BE ACCEPTED). Be sure to include the information requested in (VIII) above as well as the information provided in the addendum with your proposal. (XVI) Any questions regarding this solicitation should be directed to Paul Pierson at paulpierson@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eab8cec9889d1fbb5635ebd85fe0a6f4)
 
Place of Performance
Address: Dixie National Forest, Cedar City, Utah, United States
 
Record
SN02126429-W 20100422/100420234624-eab8cec9889d1fbb5635ebd85fe0a6f4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.