Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2020 SAM #6694
SOLICITATION NOTICE

F -- Washburn Timber Stand Improvements Release FY20

Notice Date
3/26/2020 1:21:01 PM
 
Notice Type
Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
USDA FOREST SERVICE RHINELANDER WI 54501 USA
 
ZIP Code
54501
 
Solicitation Number
12569R20Q0015
 
Response Due
4/6/2020 11:00:00 AM
 
Archive Date
04/21/2020
 
Point of Contact
Debra K Brinn, Phone: 98973907283010
 
E-Mail Address
debra.brinn@usda.gov
(debra.brinn@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
CNNF NATIONAL FOREST TIMBER STAND IMPROVEMENT 12569R20Q0015 The Lake States Acquisition Team announces an opportunity to conduct Timber Stand Improvement on the Chequamegon-Nicolet �National Forest. The Contractor shall furnish all personnel, materials, equipment, tools, supplies, transportation, supervision and incidentals to perform timber stand improvement work such as individual tree release, area release, precommercial thinning, site preparation for aspen natural regeneration, pathological pruning, pole timber pruning, cleaning of northern hardwood canopy gaps, or wildlife openings on the Chequamegon-Nicolet National Forest. � This solicitation, 12569R20Q0015, is issued as a Request for Quotes (RFQ) with requirement to submit technical information (See Solicitation Provisions and Offer Submission Package documents) and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. This solicitation is a total small business set-aside. The NAICS code is 115310 and small business standard is $8M. The provisions at 52.212-1 Instructions to Offerors - Commercial Items, and 52.212-2 Evaluation - Commercial Items; and clauses 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are incorporated in the attached solicitation and apply to the resulting contract(s). The schedule of items includes nine (9) Line/Quote Item. All locations include estimated acres for a total of approximately 513.3 acres. (See OFFER SUBMISSION PACKAGE for details) One or Multiple contracts may be awarded from this solicitation. Contractors are invited to quote on any, or all items on the Schedules located in the Offer Submission Package. If submitting a quote on all items, you may also indicate a minimum or maximum amount you are willing to accept if awarded a contract, or you may indicate that you are willing to accept all items. Work is scheduled from the date of award acceptance and to be completed by September 1, 2020. Vendors must be registered in System for Award Management (SAM) prior to receiving a government contract. www.sam.gov If annual representations and certifications are not active in SAM, offerors shall include a completed copy of the provisions at 52.212-3 Offeror Representations and Certifications - Commercial Items with their offer. Clauses and provisions incorporated by reference can be viewed in full text at https://www.acquisition.gov/far. The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect to not award. If necessary, the Government may conduct discussions with any or all offerors. The Experience Questionnaire is optional but the information requested on this form must be submitted in another format if the questionnaire is not submitted. Award will be made on a Best Value basis and offers shall at a minimum contain the items requested below. Offers will be evaluated on 1) past performance; 2) experience/technical capability; 3) use of sustainable products; 4) price. Offerors must contain: 1) Offer Submission Package containing: � Schedule of Items � Annual Representations and Certifications at FAR 52.212-3 � Experience Questionnaire or equivalent information (including sustainable products list) � Workforce Certification Form All invoices must be submitted via the electronic Invoice Processing Platform (IPP). This is a mandatory requirement initiated by the U.S. Department of Treasury. For more information see website, https://www.ipp.gov/index.htm. Please ensure that your company has registered for an account at https://www.ipp.gov/vendors/enrollment-vendors.htm. 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. Offers may be e-mailed to debra.brinn@usda.gov SUBJ: 12569R20Q0015 No facsimile offers will be considered and incomplete offers will not be accepted. All offers must be received by 1:00 pm EST, April 6th, 2020. Technical Contact is: Dan Hinson daniel.hinson@usda.gov 715-373-2667 ext 232 Or Julie Davies Pagels julie.daviespagels@usda.gov 715-373-2667
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f720e4fcb3414483bee69b6b25b73e60/view)
 
Place of Performance
Address: WI, USA
Country: USA
 
Record
SN05601223-F 20200328/200326230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.