SOURCES SOUGHT
F -- Mississippi River Timber Inventory BPA - Example Call Order & Example Maps - Timber Inventory Experience Survey
- Notice Date
- 10/30/2018
- Notice Type
- Sources Sought
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
- ZIP Code
- 61204-2004
- Solicitation Number
- W912EK-19-X-0BPA
- Point of Contact
- Katelyn T Nelson, Phone: 3097945340
- E-Mail Address
-
katelyn.t.nelson@usace.army.mil
(katelyn.t.nelson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- It is REQUIRED that this 'Timber Inventory Experience' be completed. This will be used to determine contractor ability to perform on BPA Call Orders. Example Maps for BPA Call Order Example BPA Call Order This is a Sources Sought Notice (Request for Information). The U.S. Army Corps of Engineers, Rock Island District, intends to establish multiple Blanket Purchase Agreements (BPAs) for timber inventory survey located within the geographical boundaries of the Rock Island District area of responsibility, see attached maps. Calls will be placed against the BPA as services are required. Agreement Information The work to be done under the specifications and respective call orders shall consist of furnishing all labor, equipment, operators, supervision, supplies and the materials necessary to complete a timber inventory survey in accordance with the established performance work statement, which is attached. The period of performance will be for five years from the date of the last signatory of the agreement, which is the Contracting Officer. The associated NAICS code is 115310 (Support Activities for Forestry), with a Federal Service Code of F999 (Natural Resources and Conservation Services/Environmental Services, Studies and Analytical Support) and will be issued as a 100% small business set-aside with a size standard of $7.5M. A Blanket Purchase Agreement (BPA) as defined by FAR 13.303(a) is a simplified method of filling anticipated repetitive needs for supplies or services by establishing "charge accounts" with qualified sources of supply. The award of a BPA does not guarantee nor obligate the Government to any orders to a BPA holder in any way. The award of the BPA also does not require the BPA holder to propose on call orders advertised by the Government but only those of the BPA holder's choosing. When a requirement for supplies/services listed within the BPA arises, the Government shall compare prices of all BPA awardees, who provided a proposal by the established deadline, and may select the BPA holder which offers the best value that is most advantageous to the Government. This Blanket Purchase Order (BPA) is to assist the U.S. Army Corps of Engineers, Rock Island District (USACE) with Forestry and associated services for projects located within the following counties: Clayton, Dubuque, Jackson, Clinton, Scott, Muscatine, Louisa, Des Moines, and Lee in the state of Iowa; Grant in the state of Wisconsin; Jo Daviess, Carroll, Whiteside, Rock Island, Mercer, Henderson, Adams, Pike, Calhoun, Brown, Schuyler, Fulton, Peoria, Putnam, Bureau, La Salle, Grundy, Marshall, Woodford, Tazewell, Mason, Cass, and Morgan in the state of Illinois; Clark, Lewis, Marion, and Ralls in the state of Missouri. See Attachment 1 for Map of covered area. The actual work areas may or may not be accessible by land (some may be on islands or other floodplain areas accessible only by vessel). The forest resource data collection utilizes a combined variable-radius point sampling protocol to collect a variety of forest over story metrics and a fixed area plot protocol to collect general information on understory trees and herbaceous communities. Data collected may include, but is not limited to: tree species, health, crown class, diameter and basal area per acre as well as tree height and age, while fixed area plot data collected includes canopy density, understory height, tree regeneration and general assessment of herbaceous plants. Responses to this Sources Sought Notice must be submitted electronically (Via Email) and must indicate the interest and ability to collect and provide the required timber inventory plot data as requested, as well as demonstrate the ability to provide the required equipment, to include a boat or GPS and responses must show the staffing accreditation, certifications or required experience. Responses must be received no later than 11/30/2018, 10:00 AM Central Time. Vendors must be able to provide 100% of the item(s) listed to be considered for this BPA. All responses must be received by the specified time and due date to be considered and all successfully submitted responses will receive an acknowledgement by email. Interested parties shall reply to Rock Island District Contracting Office via email to Katelyn.T.Nelson@usace.army.mil. TELEPHONE REQUESTS WILL NOT BE HONORED. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-19-X-0BPA/listing.html)
- Record
- SN05138396-W 20181101/181030230750-5a4013cdb5395d1fb4405dcecda88655 (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 |