Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2005 FBO #1357
SOLICITATION NOTICE

F -- F-- Natural Resources & conservation Services

Notice Date
8/12/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and General Services U.S. Fish & Wildlife Service PO Box 1306, Room 5108 Albuquerque NM 87103
 
ZIP Code
87103
 
Solicitation Number
201815R023
 
Response Due
8/25/2005
 
Archive Date
8/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for fuels management/fuels reduction services in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested. Solicitation No. 201815R023 is issued as a Request for Proposals (RFP) and will be awarded as a Purchase Order using Commercial Item Procedures. This acquisition is 100% set-aside for small business. The NAICS Code #115310. The small business size is $15.0. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This is a commercial services requirement and the solicitation will include evaluation criteria for determination of a best value award. The contract awarded will be a performance based contract. The solicitation and attachments are located at http://www.fedbizopps.gov or http://ideasec.nbc.gov. No hard copies of the solicitation will be provided. It is anticipated that award will be made by August 31, 2005. Contractors must be registered at the Central Contractor Registrations System (CCR) at http://www.ccr.gov to be considered eligible for award. Offered price will include all applicable federal, state, and local taxes. BACKGROUND: The U.S. Fish and Wildlife Service Region 2 has a requirement for fuels management (fuels reduction) services to treat vegetation to reduce the risk of wildlife fires. The work is located at Balcones Canyonlands National Wildlife Refuge, in Travis County near Marble Falls, Texas. The work consists of two distinct projects as follows: GENERAL DESCRIPTION OF SCOPE OF WORK: PROJECT NO. 1: Removal/Disposal of Juniper, 55 acres. BID LINE ITEM NO. 0001 (PROJECT NO. 1): CHIP OR GRIND AND LEAVE PILED AT APPROVED DESIGNATED SITES, PER ATTACHED PERFORMANCE WORK STATEMENT (PWS) Attachment No. 1. 55 ACRES, UNIT PRICE_________ TOTAL COST____________. BID LINE ITEM NO. 0002 (PROJECT NO. 1): HAUL AND REMOVE ALL OF SLASH OFF-SITE PER ATTACHED PWS Attachment No. 1. 55 ACRES, UNIT PRICE_____________TOTAL COST_____________. PROJECT NO. 2: Mechanical Hazard Fuels Reductions/Flat Cutting, 85 acres. BID LINE ITEM NO. 0003 (PROJECT NO. 2): CUTTING/SLASHING JUNIPER PER ATTACHED PWS, Attachment No. 7. 85 ACRES, UNIT PRICE_________TOTAL COST___________. BID LINE ITEM NO. 0004 (PROJECT NO. 2): CUTTING/SLASHING OF OTHER BRUSH AND TREE SPECIES PER ATTACHED PWS, Attachment No. 7. 85 ACRES, UNIT PRICE_________TOTAL COST____________. BID LINE ITEM NO. 0005 (PROJECT NO. 2): SLASH PULLBACK: CONTRACTOR SHALL MOVE AND RELOCATE ACCUMULATED SLASH PER ATTACHED PWS, Attachment No. 7. 85 ACRES, UNIT PRICE__________TOTAL COST____________. BID LINE ITEM NO. 0006 (PROJECT NO. 2): HAND-PILING/MACHINE PILING OF SLASH PER ATTACHED PWS, Attachment NO. 7. 85 ACRES, UNIT PRICE____________ TOTAL COST_____________. ATTACHMENTS: Attachment No. 1, Project No. 1 Slash Removal/Disposal of Juniper PWS (18 pages) Attachment No. 2 N/A Attachment No. 3 Project No. 1 Aerial Photo, Gainer Slash Removal Attachment No. 4 Project No. 1 Aerial Photo, Victoria Slash Removal Attachment No. 5 Project No. 1 Aerial Photo, Webster Slash Removal Attachment No. 6 N/A Attachment No. 7, Project No. 2 Mechanical Hazard Fuels Reduction/Flat Cutting PWS (24 Pages) Attachment No. 8, Project No. 2 Aerial Photo, Nagel WUI North Unit A & B Attachment No. 9, Project No. 2 Aerial Photo, Unit A & B WAGE DECISION: Wage Decision No. 1977-1427, Rev. No. 25 dtd. 06/23/2005, is incorporated in this solicitation. The Wage Decision is not attached, but can be found at: http://www.wdol.gov/scafiles SITE VISIT: A site visit is highly recommended prior to submitting a cost proposal. A site visit will be held morning of Wednesday, August 17, 2005 - contact David Hall at 512-267-9087 x 42 or 512-339-9432 to schedule a time. The provision at FAR 52.212-01, Instructions to Offerors-Commercial Items, and FAR provision 52.212-02, Evaluation Commercial Items, are applicable to this acquisition, 52.212-03 Offeror Representations and Certifications - Commercial Items, the Clause at FAR 52.212-04, Contract Terms And Conditions-Commercial Items, and the Clause at FAR 52.212-05, Contract Terms and Conditions required to Implement Statues or Executive Orders-Commercial Items, FAR 52.232-35, Designation of Office for Government Receipt of Electronic Funds Transfer Information, FAR 52.246-04 Inspection of Services-Fixed Price, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.237-3 Continuity of Services, FAR 52.246-20 Warranty of Services, FAR 52.246-25 Limitation of Liability - Services, and R2-036 Questionnaire of Bidder's Responsibility apply to this acquisition. Evaluation of Commercial Items: This is a "Best Value" procurement. The Government will award to the responsible offeror who conforms to the solicitation and is considered most advantageous to the Government, based on 1. Past performance; 2. Price, where past performance will be considered to be more important than price. FAR clauses can be accessed at the following websites: http://www.arnet.gov/far. Vendors wishing to respond to this combined synopsis/RFP should provide this office with the following: price quote with correct remittance address, and a completed copy of FAR Clause 52.212-03, Offeror Representations and Certifications-Commercial Items, and the attached questionaire filled out. The Offeror agrees to hold the prices in the offer firm for 30 calendar days from the date specified for the receipt of offers. Offers are due no later than 4:00 p.m. (local time), 08/25/2005 and should be electronically submitted via e-mail to lisa_rodriguez@fws.gov or mailed to U.S. Fish and Wildlife Service (CGS) 500 Gold Ave., SW, Room 5108, P.O. Box 1306, Albuquerque, NM 87103 or faxed to 505/248-6791. R2-036 Questionaire of Bidder's Responsibility Offeror's Name, Address: Telephone #: ___________________________ ___________________________ Facsimile #: ___________________________ ___________________________ ___________________________ E-mail Address: _________________________________________________ Dun and Bradstreet (DUNS) #:_______________________________________ (call 1-888-814-1435 or website "www.dnb.com/eupdate to obtain a number) How long in present business? ________________________________________________ Type of Organization: [ ] Individual [ ] Individual doing business as a Firm [ ] Partnership [ ] Joint Venture [ ] Corporation, Incorporated under the laws of the State of _________ [ ] Non~Profit Organization Names of Officers, Owners, or Partners: Owners or Partners: ________________________________________________ President: _____________________ Vice President: ___________________ Treasurer: _____________________ Secretary: _______________________ Individuals and their telephone numbers authorized to sign bids, offers, and contracts in your name: 1. ________________________________________________________________ 2. ________________________________________________________________ Bonding Company: Telephone number and point of contact for Bonding company. Not applicable for this action Financial Position: Net Worth: ____________________ Date: ________________ Name, address. telephone number, account number, and point of contact for Financial Institutions that you do business with: ________________________________________________________________________ ________________________________________________________________________ Amount of money Available and set aside purchasing supplies and paying employees until first payment is received under this contract $____________________________________ WORK PERFORMANCE: Current Projects of similar magnitude: Contact Person/Tel. # Type of Project $ Amount 1.________________________________________________________________________ 2. ________________________________________________________________________ 3. ________________________________________________________________________ Past Projects completed during the past three years. (Preferably Government Type - (Federal, State, County): Contact Person/Tel. # Type of Project $ Amount 1. ________________________________________________________________________ 2. ________________________________________________________________________ 3. ________________________________________________________________________
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144852&objId=246283)
 
Place of Performance
Address: U.S. Fish and Wildlife Service, Balcones Canyonlands National Wildlife Refuge, Travis County, Texas
Zip Code: 786544096
Country: US
 
Record
SN00869576-W 20050814/050812212621 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.