MODIFICATION
Z -- Road Maintenance Multiple Award Task Order Contract (MATOC)
- Notice Date
- 3/26/2018
- Notice Type
- Modification/Amendment
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Contracting North - Mt. Baker-Snoqualmie NF, 2930 Wetmore Avenue Ste 3A, Everett, Washington, 98201, United States
- ZIP Code
- 98201
- Solicitation Number
- 1205M618R0002
- Response Due
- 4/18/2018 2:00:00 PM
- Point of Contact
- Brian A. Johnson, Phone: (425) 783-6056
- E-Mail Address
-
bajohnson03@fs.fed.us
(bajohnson03@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- CONTRACT OVERVIEW The Mt. Baker-Snoqualmie National Forest and the Okanogan-Wenatchee National Forest (USDA Forest Service - Region Six) are in need of road maintenance services for multiple locations. These are roads providing access to and within National Forests and other federal lands managed by National Forest programs. They generally include Forest highways, Forest development roads and parkways. The intent of this performance-based, service contract is to provide for roadside brushing and road maintenance of forest roads. The contractor shall furnish the necessary personnel, material, equipment, services and facilities, to perform the statement of work/specifications that will be competed at the individual project task order level. UMBRELLA CONTRACT The government intends to award eight to ten (8-10) Multiple Award Task Order Contract (MATOC) umbrella contracts, 5 on the MBS and 3-5 on the OKA-WEN with a $7,000,000 combined maximum quantity to be ordered, depending upon the relative merits of the proposals received. The combined maximum for the MATOC contracts is calculated as the sum of all task orders (TOs)/Blanket Task Orders (BTOs) and associated modifications. The MATOC will have a base year + four option years, totaling five (5) years from the date of initial umbrella contract award. MINIMUM GUARANTEE The minimum guarantee for each MATOC contractor not awarded an initial TO/BTO is $2,000; this minimum guarantee will remain in effect until a contractor is awarded a TO/BTO awarded for $2,000 or greater. At this point the minimum guarantee TO will no longer apply and the TO funding will be deobligated. If a particular contractor does not receive a TO/BTO valued at $2,000 or greater for the life of the MATOC contract it will be authorized to invoice for this amount toward the end of the final option year's expiriation date. TASK ORDERS All work will be awarded on a TO/BTO basis. As requirements develop and funding becomes available, TO/BTO Request for Proposals/Quotes (RFPs/RFQs) will be issued only among the MATOC contract holders. TOs/BTOs will vary in size, ranging from $5,000 to approximately $500,000. Each TO/BTO is considered a separate contract and will contain its own terms and conditions tailored around the specific road maintenance needs. At the contracting officer's discretion, projects under $5,000 may also be awarded under this contract. TASK ORDER FORMATS Firm Fixed Price - These TOs are issued for specific (known) work at the time the TO-RFP/RFQ is issued. This may be for emergency or routine maintenance needs such as removal of slide material, large volume known maintenance needs, etc. Time-And-Materials (T&M) Blanket Task Orders (BTOs) - These BTOs are considered T&M, Not To Exceed (NTE) orders. The MATOC contractors compete for this work for the period of time indicated in the BTO-RFP/RFQ. The MATOC contractors bid the unit prices for the estimated quantities in the Schedule of Items. Actual work will be ordered in accordance with the Agency's Work Order Process using the proposed unit prices. Each work order amount is subtracted from the total amount of the BTO funds. Work orders issued and work accomplished shall not exceed the ceiling amount established by the contracting officer (CO). TYPES OF ROAD MAINTENANCE Emergency Maintenance Projects - This type of project may require operations during or immediately after a natural disaster or catastrophic failure. These actions may be required to restore essential travel, protect facilities, or minimize damage. The contractor may be required to travel to the site of the damage to obtain project information. The Government may provide limited information such as a brief Statement of Objective or project overview, and require the contractor(s) to quickly determine approach and price, and then begin work immediately following award of the project. Routine Maintenance - The contractor(s) will be provided with a solicitation package and allowed reasonable time for review, estimating, and submittal of proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05M6/1205M618R0002/listing.html)
- Place of Performance
- Address: Mt. Baker-Snoqualmie NF / Okanogan-Wenatchee NF, Everett, Washington, 98201, United States
- Zip Code: 98201
- Zip Code: 98201
- Record
- SN04866521-W 20180328/180326231034-ddec76bcb83dec9c4115137f68ff8a55 (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 |