Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
MODIFICATION

F -- Recovery: Pre-commercial Thinning, Pruning, Hand-Piling

Notice Date
9/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, EROC Northwest, 16400 Champion Way, Sandy, Oregon, 97055, United States
 
ZIP Code
97055
 
Solicitation Number
AG-0489-S-09-0072
 
Archive Date
10/30/2009
 
Point of Contact
Rodger O. Young, Phone: 5036681719, Jessica M. Wilson, Phone: 5036681707
 
E-Mail Address
rodgeryoung@fs.fed.us, jessicawilson@fs.fed.us
(rodgeryoung@fs.fed.us, jessicawilson@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Recovery: This is a combined Synopsis/Solicitation AG-0489-S-09-0072, for commercial services is prepared in accordance with the format in FAR Subpart 12.303, as supplemented with additional information included in this notice and in accordance with acquisition procedures authorized in FAR Part(s) 12, and 15. This announcement constitutes the only solicitation to be issued. Proposals are being requested, and a written solicitation is attached in Federal Business Opportunities (FedBizOps) website at; https://www.fbo.gov. The EROC- NW office, of the U.S.Forest Service, at 16400 Champion Way, Sandy, OR 97055 intends to award a Firm-Fixed-Price contract under (FAR) Part 12, Acquisition of Commercial Item and FAR part 15 Contracting by Negotiations. The North American Classification System Code (NAICS) is 115310. The size standard is $17.5 million (note 17), for fuel-suppression. The resulting Award under this combined Synoposis/Solicatation is being funded under the American Recovery and Reinvestment Act of 2009 (ARRA). The Contractor selected for this effort shall provide: tree thinning, manual release, pruning, and slash treatment, hand-piling, and related work. The project site will be on 498 Acres of U.S. forest land, within the Rogue-River Siskiyou National Forest, Oregon, Project maps will be provided as attachments under this combined Synoposis/Solicatation. This is a second effort located in Rogue-River Siskiyou National Forest, Oregon. Please note; There will not be a Pre-bid meeting offered by the Government. Interested Offeror’s who wish to view the details of the site may use accompanying Maps, located in the solicitation attachments. Full or partial funding for requirement may utilize funds provided by the American Recovery and Reinvestment Act of 2009. Inclusion of unique provisions required implementing the Act, including those for significant reporting and transparency requirements by the successful offeror(s) will be required in resultant contract. The Government reserves the right to make Multiple-Awards from this combined Synoposis/Solicatation. The Awardee will be subject to Section 1512(c) of the Recovery Act which requires each Contractor to report on its use of Recovery Act funds under the awarded contract. These reports will be made available to the public. The Contractor shall furnish all labor, supervision, equipment, materials, transportation, supplies, (unless otherwise specified in resulting contract, as Government-Furnished- Property). The objective of this project is to reduce hazardous fuels on National Forest System lands in order to lower the risk of catastrophic wild fire, funds will be provided under ARRA to accomplish this work. Fuels suppression will be accomplished through slashing and pre-commercial thinning treatments and hand piling of slash, on 498 Acres, at Rogue River Siskiyou National Forest, Oregon. This combined Synoposis/Solicatation is for purchase of the following commercial item/services: Tree Thinning, Pruning, Slash- treatment, Hand-Piling and related work. The following Full-Text Clauses apply to this acquisition: 52.203-15 - Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009. (March, 2009) 52.204-11 – American Recovery and Reinvestment Act—Reporting Requirements. (March, 2009) 52.212-1 - Instructions to Offeror's –Commercial Items. (June, 2008) 52.212-3 Offeror Representations and Certifications-Commercial Items. (June 2008) 52.212-4 -- Contract Terms and Conditions -- Commercial Items. (March, 2009) 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders--Commercial Items. (April, 2008). 52.222-54- Employment Eligibility Verification (January, 2009). 52.252-2 Clauses Incorporated by Reference. (February, 1998) 452.204-71 --Personal Identity Verification of Contractor Employees. (October, 2007) 452.211-74 Period of Performance. (February, 1988) 452.211-75 Effective Period of Contract. (February, 1988) 452.215-73 Post Award Conference. (November, 1996) 452.219-70 Size Standard and NAICS Code Information. (September, 2001) 4G52.222-701 Employment of Eligible Workers. (December, 1999) 4G52.222-702 Labor Standards for Contracts Involving Migrant and Seasonal Agricultural Workers. (December, 1999) 4G52.222-703 Migrant and Seasonal Agricultural Worker Protection Act Registration. (December, 1999) Add Under Statement of Work, Project Location and Description Accessibility: Note: September 24, 2009. Differing Site-Conditions. The following site Conditions have changed related to this requirement. Changed as follows: Blocked road-result.5 mile walk-in to 1.6 Responsible offeror must be active in the Central Contractor registration on in accordance with FAR 52.204-7. DUNS, TIN, and CAGE Code must be written on submitted quote. A description of these clauses is available at http://farsite.hill.af.mil. Evaluation of Offers: Instructions to Offeror’s -- Commercial Items (June 2008), applies to this acquisition. See Addendum for additional instructions. Offeror(s) will be appraised on their past performance and their technical capability to successfully complete this project, at the price offered: (a) The Government will award a contract to the offeror who, (b) asserts to the terms of the combined Synoposis/Solicatation with a, (c) mixture of experience, past performance and pricing. Experience is a matter of the number of opportunities Offeror(s) have completed doing like work and in meeting the kinds of difficulties the Contractor may encounter in the performance of the work being solicited for. Past performance is an issue of an Offeror(s) reputation for integrity and customer satisfaction. Quality control, knowledge and timeliness of the work are matters of the Offeror(s) familiarity with the nature of the work and with the kinds of problems the Contractor is likely to encounter during performance. Award may be prepared without further discussions. Proposals should be submitted using the most favorable terms from a technical and pricing standpoint, which the Offeror(s) will submit in response to this solicitation. However, the Government may after evaluation of the proposals conduct further oral or written discussions as appropriate with all Offeror(s) whose proposals are within the competitive range; (d) Award will be made to the responsible offeror(s) whose proposal conforms to the requirements and specifications presented in this combined Synoposis/Solicatation and Attachments. Award will be based on the best- value to the Government, (e) each Offeror(s) proposal shall be evaluated with respect to the past performance, technical abilities and pricing, (f) the non-price factors are approximately equal in significance with price, (g) price will be evaluated as to its completeness, accuracy and reasonableness. The Offeror(s) must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009) with their proposal (copy attached in solicitation). The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009) applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2009), Alternate I applies to this acquisition. All proposals must be mailed, or e-mailed, with attachments to: Attention of: Rodger O. Young, EROC-NW, USDA, U.S. Forest Service 16400 Champion Way, Sandy OR, 97055. Submittal requirements are contained within the attached combined Synoposis/Solicatation. The preferred method of submittal is by mail. Proposal preparation cost will not be reimbursed by the Government. Proposal may be on the Offeror(s) letterhead and must state the solicitation number (AG-0489-S-0072) on the cover page and in the subject line of e -mail. The proposals must also contain a separation between; Technical, Past performance and Pricing factors. The pages will be numbered and be one-sided (for expedience in evaluation). Proposal in response to this combined Synoposis/Solicatation are due to the aforementioned office by October 15, 2009. An offer for this work will only be accepted if it’s complete and accurate and conforms to the requirements specified in combined Synoposis/Solicatation. Any questions regarding this solicitation should be directed to Rodger O. Young at 503,668-1719. Email address rodgeryoung@fs.fed.us. The expected award date of this requirement is October 22, 2009
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ddc1961b7e0cd59e400b820e53e5fd7f)
 
Place of Performance
Address: Rogue River Siskiyou National Forest. Oregon, United States
 
Record
SN01968904-W 20090926/090925000551-ddc1961b7e0cd59e400b820e53e5fd7f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.