MODIFICATION
F -- USDA Forest Service Wildland Fire On-Site Incident Recycling Services
- Notice Date
- 5/4/2022 3:05:17 PM
- Notice Type
- Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- INCIDENT PROCUREMENT EQUIP & SVC BR Boise ID 837055354 USA
- ZIP Code
- 837055354
- Solicitation Number
- 1202SB22Q0004
- Response Due
- 6/2/2022 5:00:00 PM
- Archive Date
- 06/17/2022
- Point of Contact
- Lydia Moore-Ward, Phone: 6262014904, Kelly A. Jaramillo
- E-Mail Address
-
Lydia.Moore-Ward@usda.gov, kelly.jaramillo@usda.gov
(Lydia.Moore-Ward@usda.gov, kelly.jaramillo@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This solicitation is a Request for Quote (RFQ) prepared in accordance with the format in FAR Subpart 12.3, as supplemented with additional information included in this notice. �The solicitation number is 1202SB22Q0004.� Acquisition is a total small business set-aside opportunity.� The USDA Forest Service intends for this solicitation to result in multiple award Incident-Blanket Purchase Agreements (I-BPA�s) for onsite recycling and waste management services at local/regional/national all-hazard incidents within the following Geographic Area Coordination Center (GACC) areas: Region 1 Northern Rockies Geographic Area Coordination Center (Missoula, MT) Region 2 Rocky Mountain Geographic Area Coordination Center (Lakewood, CO) Region 3 Southwest Geographic Area Coordination Center (Albuquerque, NM) Region 4 Great Basin Geographic Area Coordination Center (Salt Lake City, UT) Region 5 Northern California Geographic Area Coordination Center (Redding, CA) Southern California Geographic Area Coordination Center (Riverside, CA) Region 6 Northwest Geographic Area Coordination Center (Portland, OR) Region 8 Southern Geographic Area Coordination Center (Atlanta, GA) Region 9 Eastern Geographic Area Coordination Center (Milwaukee, WI) Region 10 Alaska Interagency Geographic Area Coordination Center (Ft. Wainwright, AK) A map of all Geographic Area Coordination Centers and the states/regions covered can be found here:�https://gacc.nifc.gov/ The full scope of work is provided as an attachment and at no-cost.�� General information describing the On-Site Incident Recycling program can be found at:� https://www.fs.usda.gov/managing-land/fire/sustainable-ops/incident-recycling. Interested parties may choose to respond for all areas or for select areas.� However, vendors must provide a response for all Service Levels (Line Items 1-12). The vendor(s) will be responsible for all equipment, materials, supplies, transportation, and personnel necessary to meet or exceed the specifications.� It is the responsibility of the interested vendor to monitor Contract Opportunities for amendments, changes, or other information pertaining to the solicitation. The solicitation anticipates award of one or more I-BPA's being awarded on a firm-fixed price basis with a base period of twelve (12) months and two twelve (12) month option periods.� Any option years are to be exercised at the Government's discretion.� Agreement performance period is for three (3) years. Award will be made to one or more responsible and responsive offerors whose offer conforms to the requirements of this solicitation.� Evaluation of offers is based on a combination of price and other factors as described in Section B.3 � Basis of Award. The estimated start time for this agreement is July 2022.� All responsible sources may submit a quote which, if timely received, shall be considered.� Offerors must include the following items (also found in E.1 � Instruction to Offerors and E.3 � Instruction for Quote Submission and Evaluations) to be deemed a responsible/responsive offeror: The signed Standard Form 1449, or signed document with the information noted in the Instruction to Offerors Completed Pricing Schedule.� At a minimum, base pricing and mileage rate for all Service Levels the desired coordination centers.� (Responses for additional service items are optional.)�� A full description of Service Level requirements can be found at Section 3.4 of the Performance Work Statement / Solicitation. Technical Quote directly answering the technical evaluation and past performance factors as outlined in Section B.3. Electronically mailed (e-mailed) Past Performance Questionnaire(s) sent directly from the reference to Lydia.Moore-Ward@fs.fed.us.� The template Past Performance Questionnaire can be found in the solicitation in Section B.3. Quotes must be submitted no later than 5:00PM Pacific Time, on June 2, 2022, electronically to the following email address:� Lydia.Moore-Ward@usda.gov.� Submitted quote must be good for 90 days after submission. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2022-04, January 30, 2022. The associated North American Industrial Classification System (NAICS) code for this procurement is 561210, Administrative and Support and Waste Management and Remediation Services, Facilities Support Services, with a small business size standard of $41.5 million. All prospective vendors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract.� Contractors shall ensure SAM registration is active.� SAM registration is always free.� The official SAM website is:� https://www.sam.gov/portal/public/SAM.� Lack of registration in the System for Award Management will render an offeror ineligible for award.� Questions/inquiries shall be submitted via email.� No phone inquiries will be accepted.� Please allow 48 hours for a response, either via email or via amendment (modification) to this solicitation notice.� Please note the time frame above and plan accordingly. Please direct all questions, in writing, to the Contracting Officer, Lydia Moore-Ward, at Lydia.Moore-Ward@usda.gov, or the Technical Point of Contact, Kelly Jaramillo, at Kelly.Jaramillo@usda.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/187a3c3948fd43fb9608eadced94f394/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06316601-F 20220506/220504230107 (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 |