Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2017 FBO #5546
SOLICITATION NOTICE

F -- Flower Lake Mastication - Fuel Break - Solicitation and map

Notice Date
1/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Lake States Acquisition Team (LSAT), 500 Hanson Lake Road, Rhinelander, Wisconsin, 54501, United States
 
ZIP Code
54501
 
Solicitation Number
AG-569R-S-17-0012
 
Archive Date
3/2/2017
 
Point of Contact
Debra K Brinn, Phone: 9897390728
 
E-Mail Address
dkbrinn@fs.fed.us
(dkbrinn@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Map Solicitation with clauses and descriptions (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is AG-569R-S-17-0012. This solicitation is issued as a request for quotations (RFQ) for a Firm Fixed Price contract. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. The Government intends to make one contract award without discussions. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95. Provisions and clause incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulations (AGAR) can be accessed at http://farsite.hill.af.mil/ OR http://www.acquisition.gov/far/ and http://www.usda.gov/procurement/policy/agar.html (iv) This is a total small-business set-aside. The associated NAICS code is 115310 and the small business size standard is $19 million. (v) Flower Lake Mastication Treatment of understory brush and sapling fuels to create fire breaks. (vi) Description of requirements for the items to be acquired: This contract includes the treatment of understory brush and sapling fuels to create fire breaks. We want to remove at least 80% of the trees, shrubs and brush that are less than 5 inches DBH across at least 80% of the project area while minimizing damage to the residual overstory trees that are lager than 6 inches DBH. Removal should be done by skidsteer or similar piece of equipment with grinding head. (e.g. Fecon or similar mulching heads). Brush mowers or similar bladed equipment will not be accepted. We expect operators to have all necessary equipment to effectively cut and fell/mulch the undesired woody vegetation. All units have either roads, private property marked in red paint, or pink-flagging as boundaries. There are operating season restrictions on two of the units due to oak wilt concerns. There are also non-native invasive species (NNIS) within unit 4 that is flagged in orange, equipment will need to stay out of this area and no treatment is required. (vii) The start date will be agreed upon by Forest Service personnel and selected offeror, weather permitting. Period of performance is for 40 days after start date is established. Place of performance is located in sections specified in map provided. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) Evaluation of quotes will be based on the lowest price technically acceptable. Pricing should be broken down on the schedule of items sheet provided on attached SF1449. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) online at www.sam.gov. If an offeror has NOT completed the annual representations and certifications electronically at the online, the offeror shall complete only paragraphs (c) through (o) of this provision. SAM replaces CCR/FedReg, ORCA, and EPLS. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity. 52.222-50 Combating Trafficking in Persons. 52.222-55 Minimum Wages Under Executive Order 13658. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer--System for Award Management. (xiii) Additional contract requirement(s) or terms and conditions: All responsible sources may submit a response which, if timely received, must be considered by the agency. Vendors must be registered in Systems for Award Management prior to receiving a government contract (formerly Central Contractors Registration or CCR). See www.sam.gov for details - this may take up to 2 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award. The following additional FAR provisions and/or clauses in their most current version are applicable to the acquisition: 52.204-7 System for Award Management. 52.204-13 System for Award Management Maintenance. 52.212-1 Instructions to Offerors- Commercial Items. 52.212-3 Offerors Representations and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions--Commercial Items. 52.219-1 Small Business Program Representation. North American Industry Classification System (NAICS) is 424710. The small business size standard is 100 employees 52.223-5 Pollution Prevention and Right-to-Know Information 52.232-1 Payments 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 52.243-1 Changes--Fixed Price 52.252-1 Solicitation Provisions Incorporated by Reference. www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html 52.252-2 Clauses Incorporated by Reference. www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html (xiv) N/A. (xv) INFORMATION REQUIRED IN QUOTE:  Price Sheet, plus detailed breakdown  Completed 52.212-3 The date, time and place quotes are due: If submitting hard copies, please submit one (1) complete copy of the above information to: USDA Forest Service, Debra Brinn, LSAT Contracting Officer, 5761 N Skeel Ave, Oscoda, MI 48750. Quotes are due 15 February 2017, not later than 2 p.m. EST. May be sent via email to dkbrinn@fs.fed.us. NO FACSIMILE QUOTES PLEASE. (xvi) ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Debra Brinn at dkbrinn@fs.fed.us. Questions and answers will be posted to FBO so please check back often as it is the contractor's responsibility to remain up to date on all available Q&A's as well as any potential resulting modifications. All questions must be received NLT three (3) days prior to solicitation close date, otherwise the government is under no obligation to review and/or address the questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/AG-569R-S-17-0012/listing.html)
 
Place of Performance
Address: See attached project maps. Project area is located north of County Trunk W between Mountain and Crivitz. All project areas can be driven to with a truck and trailer. See attached maps for details., Wisconsin, United States
 
Record
SN04383445-W 20170129/170127234143-5e62fa284dd81f9880d96aee4f30a755 (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.