Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2024 SAM #8094
SOLICITATION NOTICE

F -- FORESTRY SUPPORT SERVICES FOR JOINT BASE MCGUIRE DIX LAKEHURST.

Notice Date
1/23/2024 12:30:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS24Q0002
 
Response Due
1/29/2024 11:00:00 AM
 
Archive Date
02/13/2024
 
Point of Contact
Mohenda R. Surage, Phone: 9179408013
 
E-Mail Address
mohenda.r.surage@usace.army.mil
(mohenda.r.surage@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for Support Activities for Forestry Services prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with the additional information included in this notice. This announcement is to solicit interest for the establishment of tree thinning locations on the Lakehurst portion of Joint Base McGuire-Dix- Lakehurst (JBMDL) and constitutes the only solicitation; a separate solicitation will not be issued.� This is a Request for Quotes (RFQ) for commercial items in accordance with FAR Part 12. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. It is the intention of the Government to award a contract to those firms who demonstrate they are capable of providing services as identified throughout this document. This procurement is being solicited as a 100% SMALL BUSINESS SET-ASIDE�under the NAICS code 115310. The duration will be for one (1) year. The establishment of the contract does not imply any agreement on the part of the Government to place future contracts or orders. Interested firms must identify their interest and capability to respond to the requirements set forth in this solicitation to be considered for award. The award will be an agreement capable of fulfilling the requirements of the scope of work (SOW) through-out the period of performance.� INSTRUCTIONS TO QUOTERS: ALL QUOTES ARE TO BE IN ACCORDANCE WITH THE SPECIFICATIONS. Responses to this announcement must include: (1) a cover page with your firm�s name, CAGE code, federal tax identification number, and DUNS number. (2) past performance information from a minimum of three relevant similar projects. (3) completed pricelist. Quotes must be submitted in an electronic format via email. No hardcopy quotes will be reviewed. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS), including Contractor Performance Assessment Reporting System (CPARS), using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror's proposal, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. SCOPE OF WORK - FORESTRY SUPPORT SERVICES See attachment SUBMISSION INSTRUCTIONS : Quotes shall be submitted by email, as a PDF document to Mohenda.r.Surage@usace.army.mil� and must be received by 29�January 2023 at 2:00PM.� Quotes must be signed and dated, and completed with prices for all items. Quoters are reminded to ensure that online Representations and Certifications in SAM are up to date, or may provide completed Representations and certifications with their quote. The prospective contractor must have adequate experience in the subject work, be fully licensed, and have any necessary industry and/or manufacturer certifications, if applicable. Offerors shall provide proof of required licenses, certifications, and experience upon request. FAR provision at 52.212-1, Instructions to Offerors -- Commercial Items; FAR provision 52.212-3, Offeror Representatives and Certifications � Commercial Items; FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items; and FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition� See attached addenda which provides applicable provisions and clauses. Quotes must conform to the solicitation requirements to be eligible for award. The evaluated price will be the total price and individual cost elements. Award will be made to most qualified contractor that demonstrations the best value to the Government based on solicitation requirements. Award will be a firm fixed price contract. SITE VISIT INFORMATION Site visit is scheduled for Thursday 25 January 2024 at 09:30 am �at the Lakehurst Welcome Center. POC:� Zachary Batren Biological Scientist - Forestry 787th CES/CEIEA, Joint Base McGuire-Dix-Lakehurst McGuire Building 2404-201E Cell: (732) 735-2241 zachary.batren@us.af.mil CONTACT INFORMATION Mohenda Surage Contracting Division 26 Federal Plaza Room 21-1843 New York NY 10278 UNITED STATES mohenda.r.surage@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4fb4fb5fa75549d2bfa48bb2b622c5c0/view)
 
Place of Performance
Address: NJ, USA
Country: USA
 
Record
SN06942291-F 20240125/240123230036 (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.