SOLICITATION NOTICE
F -- Huron Manistee Opening Improvement IDIQ - Combined Synopsis/Solicitation
- Notice Date
- 1/16/2018
- 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
- 12569R18Q0005
- Archive Date
- 3/3/2018
- Point of Contact
- Annette C. Caliguri, Phone: 906-428-5842, Eric O'Neil, Phone: 989-826-3252 ext 3323
- E-Mail Address
-
acaliguri@fs.fed.us, eoneil@fs.fed.us
(acaliguri@fs.fed.us, eoneil@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Huron Shores Maps Mio Maps Wage Determination Solicitation Document Solicitation Number 12569R18Q0005 Huron Manistee National Forest Opening Improvement IDIQ The Lake States Acquisition Team announces an opportunity to conduct Opening Improvement work on the Huron Manistee National Forest in Michigan. The intent of this contract is to use mechanical equipment such as hydroaxe, masticator, brush-hog, chainsaw or other mechanical means to control encroachment of woody vegetation in forest openings. The Forest Service will hold the option of renewing this contract with the contractor at the the initial price/acre for up to two additional years, without readvertising. Project acreage for each year is set for approximately 200 acres, but may potentially increase 100% or decrease by 50% based on funding provided by partners. The contractor will be responsible for providing all personnel and equipment necessary for multiple years of contract execution and completion. One three (3) year IDIQ contract will be awarded from this solicitation as a best value to the government. The Contractor shall furnish all labor, equipment, supervision, transportation, supplies and incidentals required to complete the project per specifications provided and in the timeframe specified for this project. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a RFQ with requirement to submit additional technical information (See Offer Submission Package on pgs. 24-40 of the Solicitation document). The documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. This procurement is a total small business set-aside. The NAICS code is 115310 and the Small Business Size Standard is $7.5M. "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the solicitation's closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred." Schedule of Items: Estimated Item Description Quantity Unit 1 Mio Opening Improvement Units 100 Acres 2 Huron Shores Opening 100 Acres Improvement Units Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract. See https://www.sam.gov 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 "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. Further provisions, clauses, and addenda including, but not limited to, commercial provisions 52.212-1, 52.212-2, 52.212-3 and commercial clauses 52212-4, 52.212-5 are incorporated in the attached solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far. Notification of award will be issued on or about February 20, 2018. The contract period is for (3) three years after the date of award. The following factors shall be used to evaluate offers: 1. Technical Capability 2. Past Performance 3. Safety & Sustainability 4. Price See Combined Synopsis-Solicitation for detailed specifications and additional information. Award will be made on a Best Value basis. Each offer/technical proposal shall contain sufficient information to enable a thorough evaluation. The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect not to award at all. If necessary, the Government may conduct discussions with any or all offerors. It is in the offeror's best interest to fully respond to the Technical Proposal Submittal Requirements since an order may be issued on the basis of information received, without further discussion. All offers must contain the following: (1) Completed SF 1449 form to include offerors name, address, phone number, e-mail address, and Duns number; (2) Experience and Past Performance, Work Plan, Safety Plan, Bio based Products, Equipment and Employee availability/reliability; (3) Completed Schedule of Items; (4) Annual representations and certifications - if not active in SAM, Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer; (5) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law; (6) Workforce Certification indicating use of migrant and seasonal workers if applicable. All offers must be received by 4:30 EST on February 16, 2018. Please submit one complete copy of the above information to: USDA Forest Service - 12569R18Q0005 Annette Caliguri, LSAT Contracting Officer 820 Rains Drive Gladstone, MI 49837 Offers may be submitted electronically to acaliguri@fs.fed.us, SUBJ: 12569R18Q0005 If submitting via email please note file size limitations, formatting or other problems may hamper receipt so please verify that the contracting officer has received your quote. No facsimile offers will be considered per (c)(1) of FAR clause 52.215-1 Instructions to Offerors -- Competitive Acquisition. (Jan 2004). Incomplete offers will not be accepted. ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Annette Caliguri at acaliguri@fs.fed.us. Questions and answers will be posted to FBO. Please check FBO 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 amendments. All questions must be received no later than three days prior to solicitation close date or 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/12569R18Q0005/listing.html)
- Place of Performance
- Address: Mio and Huron Shores Ranger Districts, Huron Manistee National Forest, Michigan, United States
- Record
- SN04790970-W 20180118/180116231609-dde47545b48bc43e6ab21ef0b3501e6b (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 |