Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2016 FBO #5265
SOLICITATION NOTICE

99 -- 2016 FSR Maintenance Brushing

Notice Date
4/21/2016
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Contracting North - Okanogan-Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801, United States
 
ZIP Code
98801
 
Solicitation Number
AG-05GG-S-16-0014
 
Archive Date
6/9/2016
 
Point of Contact
Mariah R Morris, Phone: 509-664-9317, Linda Roxanne Hershey, Phone: 360-956-2438
 
E-Mail Address
mrmorris@fs.fed.us, lindahershey@fs.fed.us
(mrmorris@fs.fed.us, lindahershey@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Forest Service, Okanogan-Wenatchee National Forest servicing Region 6 has a requirement for maintenance brushing on the Cle Elum Ranger District and Naches Ranger District. Work will consist of roadside brushing. Roads requiring maintenance are varied maintenance levels, both single and double lane roadways. All roads are accessible to typical road construction equipment. The contract standards for brushing will be the FS performance based roadway vegetation maintenance standards which allow a certain number of deviations per unit of length. The contractor will be required to meet these standards with all work. Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, incidental supplies necessary to perform all work described in accordance with drawings and specifications of the contract. Contractor will be paid for actual work performed. The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and are made from bio based materials (e.g. insulating foam, composite panels, concrete with fly ash, wood and concrete sealers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered. The Contractor shall assume all risk, loss, damage, or expense arising out of prosecution of the work, except as otherwise provided in the contract. The Contracting Officer may adjust the work limits based on existing conditions and funding requirements as need. It is the intent of the project to provide a finished product of finished roads and adequate drainage for erosion prevention. Award will be made in sufficient time for planning and preparation with on-site work to start on or after June 15, 2016. Contractor will have 45 days from Notice to Proceed to complete all required work. There is no in-water work. A firm-fixed price contract is contemplated requiring submission of both past performance and quote. Award will be made to the offeror whose quote offers the best value to the Government. This acquisition is determined to be under the Small Business Competitiveness Demonstration Program and posted for 100% small business set aside. Contractors are required to be registered with System for Award Management (SAM). 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 as prescribed in the previous communications from USDA and Treasury. 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 solicitation with specifications and wage rates will be posted to the https://www.fbo.gov/ website on or after May 6, 2016. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Proposal package and any applicable amendments, offerors must download them from the https://www.fbo.gov/ website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05GG/AG-05GG-S-16-0014/listing.html)
 
Place of Performance
Address: Cle Elum and Naches RD, Cle Elum & Naches, Washington, 98922, United States
Zip Code: 98922
 
Record
SN04091377-W 20160423/160421234631-b071588fd4dda6c63dd0193bd2b04254 (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.