Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SOLICITATION NOTICE

Z -- Road Grading, Mendocino National Forest - Attachments

Notice Date
3/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern California Acq Service Area, 3644 Avtech Parkway, Suite 180, Redding, California, 96002, United States
 
ZIP Code
96002
 
Solicitation Number
AG-9AC7-S-11-0012
 
Point of Contact
Marilyn Ladd, Phone: 530 226-2451, Anna Wargin, Phone: 530 841-4411
 
E-Mail Address
mladd@fs.fed.us, awargin@fs.fed.us
(mladd@fs.fed.us, awargin@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 6 - Fire Plan for Construction and Service Contracts Attachment 5 - Wage Determination No. 1977-0727, Rev. 39 Attachment 4.3 - Map 2 Grading Attachment 4.2 - Map 1 Grading Attachment 4.1 - FY 2011 Forest Grading Map Attachment 3 - Typical Road Specification 811-1 Attachment 2 - Best Management Practices (BMP) Attachment 1 - Performance Work Statement 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. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-50. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-9AC7-S-11-0012 and is a Request for Quotation (RFQ). Submit written offers only; oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. This solicitation is a 100% set-aside for Small Business. The North American Industry Classification System (NAICS) is 115310, Support Activities for Forestry. Small Business Size Standard is $7.0 million. Only one contract will be awarded. It is the firms' or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation via the Internet at http://acquisition.gov/comp/far/index.html All items/services shall be delivered FOB DESTINATION to Mendocino National Forest, California. This solicitation is for the procurement of: Road grading on the Mendocino National Forest on approximately 85 miles of road as identified in the attached Performance Work Statement. CLIN 0001 - Road Grading, 85 miles, ____________ (price per mile) Total: ______________ CLIN 0002 - Mobilization, 1 Lump Sum _________________ CLIN 0003 - Optional, Road Grading 1-12 additional miles: _________________ (price per mile) Non-personal service to be performed in accordance with the attached Performance Work Statement. Contractor shall provide all labor, tools, parts, material, equipment, supplies, facilities, transportation and services necessary to complete the service. PERFORMANCE PERIOD: Work is expected to begin within 5 days of contract award and shall be completed within 40 days. Work is expected to begin the latter part of April, 2011. ATTACHMENT 1 - Performance Work Statement (PWS) ATTACHMENT 2 - Best Management Practices ATTACHMENT 3 - Typical Road specification 811-1 ATTACHMENT 4 - Maps (3) ATTACHMENT 5 - Wage Determination No: 1977-0727, Rev No.39, dated 11/04/2010 ATTACHMENT 6 - Fire Plan for Construction and Service Contracts The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items The following addenda is provided to this provision: Paragraph (b), entitled "Submission of Offers", Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Name; Address; Telephone Number of Offeror; Price; Any Discount Terms, Response to non-price evaluation factors and Acknowledgement of all Solicitation Amendments. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offers may be submitted via facsimile or mail. Paragraph (f)(1), entitled "Late submissions, modifications, revisions, and withdrawals of offers", Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. FAR 52.212-2 Evaluation - Commercial Items. The following addenda is provided to the provision: The Government will award a firm -fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value includes but is not limited to technical capability and quality control, past performance and price. In describing the technical approach offerors should include a description of the type of equipment to be utilized, in as much detail as the offeror considers necessary to fully explain how the work will be accomplished. The Quality Control Plan is a written plan that identifies how the contractor intends to inspect their own work as it's being completed to ensure compliance with the government's specifications. Items such as frequency of inspection and method should be addressed. Other suggested topics would include type and frequency of employee training; Safety briefing/training; corrective action to be taken for non-compliance. Offerors should furnish a reasonable number of references for past performance. The Government may contact references to inquire if: (1) that the offeror was capable, efficient, and effective; (2) the offeror's performance conformed to the terms and conditions of its contract (specifications); (3) finished within the contract time; (4) the offeror was reasonable and cooperative during performance; and (5) the offeror was committed to customer satisfaction. Past performance information that will be considered is not limited to the references provided by the offeror. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. FAR 52.212-4 Contract Terms and Conditions-Commercial Items ADDENDA TO CONTRACT REQUIREMENTS: FAR 52.236-7 Permits and Responsibilities FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-15 Stop-Work Order FAR 52.246-1 Contractor Inspection Requirements FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2011) The following FAR clauses are applicable as listed in 52.212-5: FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-39 Notification of Employee rights Concerning Payment of Union Dues or Fees FAR 52.22-54 Employment Eligibility Verification FAR 52.232-33 Payment by electronic Funds Transfer - Central Contractor Registration FAR 52.222-41 Service Contract act of 1965 FAR 52.222-42 Statement of Equivalent Rages for Federal Hires RESPONSE TIME: Request for Quotation will be accepted at Northern California Acquisition Service Area, 3644 Avtech Parkway, Redding, CA 96002 NO LATER THAN 2:00 p.m. Pacific Daylight Time on 14 April 2011. Quotations maybe faxed to 530-226-2474 or email to mladd@fs.fed.us. Contracting Officer: Marilyn Ladd, 530-226-2451.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/47843e25ec004dee090f2a823bd37fc3)
 
Place of Performance
Address: Mendocino National Forest, Willows, California, 95988, United States
Zip Code: 95988
 
Record
SN02413676-W 20110402/110331234228-47843e25ec004dee090f2a823bd37fc3 (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.