Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2010 FBO #3259
SOLICITATION NOTICE

F -- Apply herbicide and drill native seeds for burned area rehabilitation; Hagerman Fossil Beds National Monument; Idaho

Notice Date
10/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - NOCA - North Cascades NPS Complex 810 State Route 20 Sedro-Woolley WA 98284
 
ZIP Code
98284
 
Solicitation Number
Q9608110001
 
Response Due
11/8/2010
 
Archive Date
10/25/2011
 
Point of Contact
Sarah J. Welch Contract Specialist 3608547220 Sarah_welch@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for herbicide spraying and drill seeding 15 areas totaling 536 acres of relatively flat (less than 30% slope) terrain within the Long Butte Fire perimeter at Hagerman Fossil Beds National Monument, as part of a burned area rehabilitation effort. This synopsis/solicitation has been prepared in accordance with the format in Subpart 12.6, and is supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a paper solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-46. In accordance with FAR Subpart 19.502-2, this solicitation is set-aside for small businesses, NAICS 115310, Forestry Support Services, using the small business size standard of $7.0 million, average annual gross receipts for the past three years. The National Park Service encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer is the most advantageous for the Government, price and other factors considered. PRICE SCHEDULEPricing shall be FOB destination. All work shall be performed in accordance with the Statement of Work, below.Item 1 - Herbicide, lump sum. Indicate estimated quantity.Item 2 - Application of herbicide to treatment areas, per acre IAW Section 8.0.Item 3 - Seed, lump sum. Excess seed belongs to the Government. Indicate estimated quantity (lbs of PLS).Item 4 - Seeding of treatment areas, per acre IAW Section 8.0.Item 5 - Data reports, lump sum.Item 6 - Total for all items. Use the anticipated quantity of 536 acres to calculate subtotals for Items 2 and 4. EVALUATION FACTORS1. Technical Factors: The technical capability of the offeror will be evaluated using the following factors:a. Ability to meet contract deadlines.b. Technical expertise, relevant experience, and qualifications for performing this type of work.2. Past Performance: The past performance of the offeror on projects similar in scope and complexity will be evaluated in the areas of quality, timeliness, and business relations. 3. Price. For evaluation purposes, treatment of 536 acres will be used to calculate the total price. OFFER CONTENTSOffers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum:1.Completed price schedule;2.Brief statement of proposed approach, including staging area(s), number of applicators, proposed equipment, and schedule. 3.Brief statement responding to technical evaluation factors. Provide enough detail to allow adequate evaluation of your proposal.4.A list of at least three recent customers. References shall include company name, contact person, phone number, e-mail address, project description, and approximate contract value. 5.A statement that you are registered in CCR (www.ccr.gov) and have a current ORCA (https://bpn.gov/orca) record.6.Prompt payment and warranty terms.7.Contractor's remittance address, DUNS number, and federal tax identification number.8.Name, phone number, and e-mail address of point of contact. 9.Signature of an official authorized to bind your organization. CLAUSES AND PROVISIONSOfferors must review and comply with the FAR provisions/clauses listed below. Full text of these clauses may be viewed at www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items (Non-price factors, when combined, are less important than price.); FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by numbers 4, 9, 19, 20, 21, 22, 23, 24, 25, 26, 31, 32, 35, and 40; and paragraph (c) clauses indicated by numbers 1 and 2. WHEN AND WHERE TO SEND YOUR OFFERThe deadline for receipt of quotes is November 8, 2010, at 4:30 pm. Mail one complete offer to: U.S. Department of Interior, National Park Service, Attn: Sarah Welch, 810 State Route 20, Sedro-Woolley WA 98284. If the offer is <10 pages, it may be faxed to 360-856-1934 or e-mailed to sarah_welch@nps.gov. STATEMENT OF WORK, MAPS, and WAGE DETERMINATION can be found as attachments to Q9608110001 at http://ideasec.nbc.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9608110001/listing.html)
 
Place of Performance
Address: Hagerman Fossil Beds NM, south-central Idaho; Gooding county
Zip Code: 83332
 
Record
SN02316064-W 20101027/101025233719-4fec18b05facb352c20287196a4b05c3 (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.