Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2017 FBO #5671
SOLICITATION NOTICE

F -- Monarch Habitat Planting WRP Restoration St. Joseph County, Indiana - Attachment 1

Notice Date
6/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Natural Resources Conservation Service - Contracting Services Branch - Team 1
 
ZIP Code
00000
 
Solicitation Number
AG-1A23-S-17-0020
 
Archive Date
7/22/2017
 
Point of Contact
Danny Mandell, Phone: 254-742-9923
 
E-Mail Address
danny.mandell@wdc.usda.gov
(danny.mandell@wdc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Map in Color Attachment 2 Wage Determination SCLS St. Joseph County, Indiana Attachment 1 Statement of Work (SOW), Map 1, Specifications Monarch Habitat Planting - WRP Restoration, St. Joseph County, Indiana COMBINED SYNOPSIS/SOLICITATION. 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. Interested parties are responsible for monitoring the Federal Business Opportunities website to ensure that they have the most up to date information about this acquisition. SOLICITATION NOTICE FOR REQUEST FOR QUOTATION (RFQ): FIRM-FIXED PRICE SERVICE: Monarch Habitat Planting on Wetland Reserve Program (WRP) Restoration Project, in the County of St. Joseph, State of Indiana. The place of performance is located in Liberty Township, approximately four (4) miles Northwest of North Liberty. The area of work is in an existing upland grassland are on an existing government easement area. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE ACQUISITION and will be released under Solicitation Number AG-1A23-S-17-0020. The small business size standard is based on the North American Industry Classification System (NAICS) Code 115310 Soil Preparation, Planting, and Cultivating with a size standard of $7.5 million average annual income. PROJECT DESCRIPTION. The work will consist of site preparation (herbicide, mowing, and disking), furnishing of seed, installation (seeding), and three follow-up maintenance (mowing) site visits. The total acreage for application is 80 acres. See Statement of Work for more details. PROJECT DURATION. 18 calendar months after contract award. Contract approximate Period of Performance August 1, 2017 through February 1, 2019 SUMMARY. Contractor shall furnish provide and furnish all supervision, labor, materials, tools, equipment, transportation, supplies and travel necessary to provide the required services to improve restoration practice of this conservation easement in accordance with NRCS design specifications, and terms and conditions of the contract, and other attachments provided. WORK TO BE PERFORMED BY PRIME CONTRACTOR. The contractor shall perform, with its own organization, work equivalent to at least 50 Percent of the value for the work of the contract. ESTIMATE PRICE RANGE. The estimated price range for this project is between $25,000 - $100,000 PREBID-TELECONFERENCE/SITE VISIT. A Pre-Bid Teleconference and Site Showing will be held for this project; the date, time, and location will be posted in the solicitation package. Site showings are typically held within 1-2 weeks from the date the solicitation is posted in www.fbo.gov. Contractors are strongly urged to attend the site showing. The purpose of this conference will be to answer questions regarding, or requests for clarification of, the solicitation documents. Although questions during the site visit are permissible, statements or representations made during the site visits are not legally binding. Changes resulting from the site visits are official only if issued through an Amendment to the Solicitation. ADDITIONAL INSTRUCTIONS - PREPARATION OF BIDS In order to receive complete consideration for award of a contract, prospective Quoters are requested to submit quotes consisting of the following: 1. Completed STANDARD FORM (SF) 1449, sign and date 2. Completed BID SCHEDULE (page 3) 3. Complete all other representations and certifications required by Section K and not already completed in the System for Award Management (SAM), page 26 4. Provide evidence of registration in SAM and that status is "Active". 5. Complete 52.209-5 Certification Regarding Responsibility Matters. (OCT 2015), page 28 6. Complete 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (FEB 2016), page 30 Failure to provide any of the documents required above will result in a non-responsive quote. Quotes may be submitted via USPS (Express Mail), Fedex, UPS, to: USDA NRCS Temple State Office CSB, Team 1, Attn: Danny Mandell, Contracting Officer W.R. Poage Federal Building 101 South Main Street, Suite 200 Temple, Texas 76501 Quotes may be hand-carried in and must arrive no later than July 7, 2017, 2:00 pm (CDT) *** Reference the solicitation number (AG-1A23-S-17-0020) on the outside of your package. Emailed offers will be accepted When mailing your offer, make sure you allow enough time for delivery by the above deadline. Documents sent late and received after the deadline stated above will be considered non responsive. Potential Quoters are advised that they are responsible for obtaining and acknowledging any and all amendments to the solicitation. It is the Quoters responsibility to view the FedBizOpps website at www.fbo.gov, daily as no other notification of amendments will be provided on any revisions to this announcement or other notices. SYSTEM FOR AWARD (SAM) REGISTRATION: All prospective contractors must register in the System for Award Management (SAM) registration database at www.sam.gov, to be considered for an award of a federal contract. POINT OF CONTACT. Danny Mandell, Contracting Officer, via email at danny.mandell@wdc.usda.gov for information regarding this solicitation. QUESTIONS OR CLARIFICATIONS. All questions or requests for clarifications of the terms, conditions, and requirements of this REQUEST FOR QUOTATION (RFQ) shall be submitted to Danny Mandell at danny.mandell@wdc.usda.gov. Please direct all questions via email only, no later than 4:30 pm (CST), June 14, 2017. Questions received after this date and time will not be addressed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ec534d8f88bc44822242a3239f0afa1b)
 
Place of Performance
Address: St. Joseph County, Indiana, 46563, United States
Zip Code: 46563
 
Record
SN04528726-W 20170603/170601234939-ec534d8f88bc44822242a3239f0afa1b (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.