Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
MODIFICATION

F -- Maintenance on Firebreaks

Notice Date
8/29/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1875 Century Blvd, Atlanta, GA 30345
 
ZIP Code
30345
 
Solicitation Number
F11PS01446
 
Response Due
9/9/2011
 
Archive Date
3/7/2012
 
Point of Contact
Name: Jamese Promise, Title: Contract Specialist, Phone: 4046794055, Fax: 4046794093
 
E-Mail Address
jamese_promise@fws.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is F11PS01446 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 115310 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-09 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Swan Quarter, NC 27885 The DOI Fish & Wildlife Service requires the following items, Meet or Exceed, to the following: LI 001, Maintenance on Firebreaks - Maintenance will consist of a combination of disking and mowing. Firebreaks are generally 33 ft. wide. (19.20 Miles) Would like to have job completed with 60 days of the 10/03/11 start date. SEE ATTACHED PERFORMANCE WORK STATEMENT FOR MORE DETAILS. MAP ATTACHED ON AREA OF FIREBREAK MAINTENANCE WORK., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI Fish & Wildlife Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI Fish & Wildlife Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Vendors are to quote on a per mile cost. Funding is fixed and the number of miles awarded will be determined by the cost. The Refuge Manager will determine treatment locations if funding will not allow for all acres to be treated. Priority order for treatments will be firebreaks in:?Section 3.65.2 miles?Section 3.53.0 miles?Section 3.25.0 miles?Section 3.16.0 miles TOTAL: 19.2 miles Quotes will include a description of equipment the contractor anticipates using to cut the firebreaks and any support equipment that may be used. Any equipment not listed in the packet must be approved by the Site Representative prior to its use on the project. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. It's also required that any Vendor doing business with the Government to be registered in the Online Representations and Certifications (ORCA). All vendors must complete the electronic version of the ORCA at: http://www.bpn.gov and clicking on the ORCA application. The full text of any solicitation provisions or clauses referenced herein may be accessed electronically at http://acquisition.gov/far/ or http://farsite.hill.af.mil/vffara.htm. The following FAR provisions and clauses apply to this solicitation and/or purchase order contract: a. 52.212-1 Instructions to Offerors--Commercial Items b. 52.212-2 Evaluation--Commercial Items; The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Lowest Price 2) Technical Capability "Meeting or Exceeding the Requirement": Evaluation of Technical Capability will be based on the information provided in the quotation. Responses to this factor must discuss the offeror's technical understanding of the work requirements, and the commitment to accomplish all the work in accordance with the solicitation requirements and schedule. 3) Past Performance: Past Performance will be evaluated how the organization has performed on similar efforts in size and scope in the past. The Past Performance evaluation will include assessments of service, quality, and ability to meet schedule and provide timely remedies. The Government may consider any information submitted by the offeror or its references as well as any information obtained or maintained by the Government, including any files and Past Performance databases. Past Performance data shall be submitted in accordance with section (b)(10) of clause 52.212-1 included herein. If one quotation is better in terms of Past Performance and has the lower price, then it will be considered the best value. If one quotation is better in terms of Past Performance but has the higher price, then the Government will determine whether the differences in the non-price related factors are worth the difference in price. Accordingly, the Government reserves the right to issue an order to other than the lowest priced quote. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. Award decision will be made without discussions. Therefore, each offeror is encouraged to provide the Government with all of the information necessary to evaluate its quote under the evaluation factors stated above. Offerors that fail to submit all the information necessary to evaluate their quote with their initial quote bear the risk that their proposal will be rejected without discussions. c. 52.212-3 Offeror Representations and Certifications--Commercial Items, Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. d. 52.212-4 Contract Terms and Conditions--Commercial Items e. 52.212-5 Contract Terms and Condition Required To Implement Statutes Or Executive Orders--Commercial Items, The following clauses listed within FAR 52.212-5 are applicable: i. 52.222-50 Combating Trafficking in Persons ii. 52.233-3 Protest after award iii. 52.233-4 Applicable Law for Breach of Contract Chain iv. 52.219-6 Notice of Total Small Business Aside v. 52.219-28 Post Award Small Business Program Representation vi. 52.222-3 Convict Labor vii. 52.222.19 Child Labor-Cooperation with Authorities and Remedies viii. 52.222-21 Prohibition of Segregated Facilities ix. 52.222-26 Equal Opportunity x. 52.222-36 Affirmative Action for Workers with Disabilities xi. 52.223-18 Contractor Policy to Ban Text Messaging while Driving xii. 52.225-1 Buy American Act - Supplies xiii. 52.232-9 Terms for Financing of Purchases of Commercial Items xiv. 52.225-13 Restrictions on Certain Foreign Purchases xv. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration f. 52.211-06 Brand Name or Equal g. 52.214-21 Descriptive literature h. 52.247-34 F.O.B. Destination i. 52.252-02 Clauses Incorporated by reference j. 52.222-41 Service Contract Act of 1965 k. 52.222-42 Statement of Equivalent Rates for Federal Hires l. 52.213-1 Fast Payment Procedures m. 52.246-04 Inspection of Service--Fixed-Price n. 52.236-13 Accident Prevention o. 52.237-02 Protection of Government Buildings, Equipment, & Vegetation. p. 52.237-03 Continuity of Services q. 52.228-05 Insurance - Work on Government Installation r. 52.242-17 Government Delay of Work s. 52.242-15 Stop-Work Order The period of performance will be 60 days beginning October 3, 2011. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Expected award date is 9/16/2011. Please do not request award status prior to this date. Award announcement will be made via FEDBIZOPPS. In the performance of this contract, the contractor shall comply with the requirements of U.S. Department of Labor wage determination number WD 05-2393 (Rev.-12) was first posted on www.wdol.gov on 06/17/2011. The wage determination is incorporated and made a part of this order. To view the applicable rates, please visit the following web address: http://www.wdol.gov. A full text copy will be provided upon request *Due to Hurricane Irene, a second site visit will be held on September 7, 2011 at 10:00 am.* A site visit will take place on August 23, 2011 at 10:00 am at the Cedar Island NWR headquarters. Contractors are encouraged to attend the site visit to gain a better understanding of the soil conditions and equipment limitations of the area. Please call or email Kevin Keeler (kevin_keeler@fws.gov, 252-225-2511) to register for the site visit and get directions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS01446/listing.html)
 
Place of Performance
Address: Swan Quarter, NC 27885
Zip Code: 27885
 
Record
SN02554477-W 20110831/110830000406-338cf4d8f803d0fdb79eb791801777f7 (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.