Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
SOLICITATION NOTICE

F -- **Recovery** Dog Valley Mastication, Humboldt Toiyabe NF - Additional Information

Notice Date
3/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, EROC Intermountain, 740 Simms Street, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
AG-82B1-S-10-0270
 
Archive Date
4/23/2010
 
Point of Contact
Paul Pierson, , douglas lee, Phone: 8014515180
 
E-Mail Address
paulpierson@fs.fed.us, douglasblee@fs.fed.us
(paulpierson@fs.fed.us, douglasblee@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW/Specificaitons Addendum - Instructions (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFQ Number AG-82B1-S-10-0270. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 115310, Support Activities for Forestry. The small business size standard is $7 Million. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: Dog Valley Mastication Total Approx 418 Acres (VI) Detailed description of requirements is included in attached statement of work and exhibits. The following is a general description of the services to be performed: The intent of this contract is to secure services for mechanical treatment of 418 acres of vegetation to remove ladder fuels and reduce the continuity of fuels adjacent to an urban interface community. Vegetation consists of young to mature mountain mahogany, sagebrush, bitterbrush, manzanita, and ceanothus. Most units are plantations planted in the 1960’s and are terraced. Some units have areas of naturally regenerated conifer saplings that range from 4-20 ft in height. Vegetation to be treated will require cutting, chipping, shredding and mulching. The treatment will reduce ladder fuels and rearrange natural vegetation to a state that will burn with reduced fire intensity during a wildfire event. Firefighter safety will be improved as well as a reduced threat to the public and private property. The work shall be done in a manner that does not damage vegetation not specified to be treated. (VII) Date(s) and place(s) of delivery and acceptance: The project area is located in the west portion of the Humboldt-Toiyabe National Forest on the Carson Ranger District. The project area lies about twenty miles west of the city of Reno Nv. in the Dog Valley area just inside the California state line and is accessed through either the town of Verdi Ca. via U.S. 80 or Bordertown Nv. via U.S 395. The legal description for the project area is T19N, R17E, Section 1, and T20N, R17E sections 24, 25, and 26 Mount Diablo Base Meridian. Estimated start date is September 1, 2010, with an estimated contract time of 213 Days (April 1, 2011). Activities may occur during winter months as long as soils are frozen and snow depth does not affect treatment of vegetation, and dead and down material. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. See Addendum for additional instructions. (IX) Offers will be evaluated on their past performance, their technical capability to successfully complete this project, and the price quoted. AWARD DETERMINATION Award will be made to the offeror whose offer provides the best value to the government, considering price and the non-price factors listed below. Non-price evaluation factors, when combined, are approximately equal to cost or price. The selection official will base the award decision on a tradeoff between price and non-price factors, comparing the relative risk to the government of poor or non-performance posed by each of the offerors, and making a judgment as to whether or not reduced risk of performance is worth the additional cost. In some cases this will result in award to a lower-ranked but lower-priced offer; in other cases the result will be award to a higher-ranked but higher-priced offer. EVALUATION FACTORS Acceptability of the Offer The Government will determine the acceptability of each offer on a pass or fail basis. An offer is acceptable when it manifests the offeror's assent, without exception, to the terms and conditions of the RFP, including attachments. If an offeror takes an exception to any of the terms and conditions of the RFP, then the Government will consider its offer to be unacceptable. Capability of the Offeror This procurement is being conducted under the terms of “National Fire Plan,” with the goal of enhancing economic development in rural communities. The Government will assess the capability of each offeror on the basis of the following criteria which are of approximately equal value: (1) Organizational Experience, (2) Organizational Past Performance, (3) Local Community Economic Enhancement, and (4) Understanding of the Government's requirements. The Government will not assess capability on a pass/fail basis, but will use its assessments of capability as a basis for comparing offerors to determine best value. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009), with its quote or complete the Representations and Certifications on line at HTTP://ORCA.BPN.GOV. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition (XII) 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. The following clauses under subparagraph (b) apply: 3, 4, 5, 19, 20, 21, 22, 23, and 39. The following clauses under subparagraph (c) apply: 1 This solicitation is issued under the American Recovery and Reinvestment Act and all requirements of the Act apply. The appropriate clauses are included under subparagraph (b) above. (XIII) The following clauses are also applicable to this acquisition: None (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MT on April 8, 2010. All quotes must be mailed or e-mailed to the attention of Paul Pierson. FAXED PROPOSALS WILL NOT BE ACCEPTED. Hardcopy proposals may be sent to USDA Forest Service - Intermountain EROC, c/o Paul Pierson, 740 Simms St., Golden, CO 80401; e-mailed proposals can be sent to the following e-mail address: paulpierson@fs.fed.us.. Proposals may be on the Offerors letterhead and must state the solicitation number (AG-82B1-S-10-0270) on the cover page and in the subject line of e-mails; additionally, please ensure to put the solicitation number on the envelope of hardcopy mailings. Be sure to include the information requested above (to include information provided in the addendum) with your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/345df1c25cccc096a30a1708114fe282)
 
Place of Performance
Address: Humboldt-Toiyabe National Forest on the Carson Ranger District, Nevada, United States
 
Record
SN02089512-W 20100313/100311234916-345df1c25cccc096a30a1708114fe282 (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.