Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

F -- Reduction of Hazardous Wood Fuels for the Prevention and Control of Wildfires. Wildland Urban Interface Project (WUII)

Notice Date
9/7/2011
 
Notice Type
Presolicitation
 
Contracting Office
MWR - MWRO - Missouri MABO 413 S. 8th Street Springfield IL 62701
 
ZIP Code
62701
 
Solicitation Number
P11PS61088
 
Response Due
9/19/2011
 
Archive Date
9/6/2012
 
Point of Contact
Kathryn M. Logsdon Contract Specialist 2173913225 kathryn_logsdon@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
On or about September 9, 2011, the National Park Service (NPS), Midwest Region, Missouri Major Acquisition Buying Office intends to issue a Request for Proposal (RFP) for the reduction of hazardous wood fuels for the prevention and control of wildfires at Hot Springs National Park, Hot Springs, Arkansas. SOLICITATION NUMBER: P11PS61088 (Request for Proposal) PROJECT DESCRIPTION: Contractor is to furnish all labor, supervision, transportation, lodging (if applicable), equipment, materials, supplies, and incidentals to perform the work described in the solicitation documents. Generally, the work will include, but not be limited to, creating a 60-foot reduced fuel buffer zone along designated Park boundaries, roads, junctions and trails of Hot Springs National Park, Hot Springs, Arkansas. Location #1 - A total of 12.95 acres and a distance of 2.15 miles.Location #2 - A total of 5.45 acres and a distance of.75 miles.Location #3 - A total of 19.2 acres and a distance of 2 miles. TYPE OF CONTRACT: This will be a firm-fixed price service contract with a performance period not to exceed one hundred twenty (120) calendar days. The total number of days will be contingent upon the line items awarded, subject to the availability of funds. This is not a multiple award contract and therefore shall be awarded to only one successful offeror. The Service Contract Act does apply. The DoL Wage Determination applicable to this procurement will be included in the RFP. NAICS CODE: The North American Industry Classification System (NAICS) Code is 561730. SET ASIDE: This project is set aside 100% for Small Businesses. SMALL BUSINESS SIZE STANDARD: $7.0 million. SITE VISIT: A scheduled site visit will be conducted on Wednesday, September 14, 2011, at 8:00 a.m. central time. Potential offerors are to meet at the Park's Maintenance Office located at 631 Whittington Avenue, Hot Springs, Arkansas. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding the general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. PUBLICIZING: The official solicitation package (RFP) and its attachments will be issued and available on or about September 9, 2011 and may be obtained via the Internet by accessing the National Business Center (NBC) Opportunities website at https://ideasec.nbc.gov or the Federal Business Opportunities website at https://www.fbo.gov. Offerors will be responsible for checking the aforementioned websites for any amendments to the solicitation which may be issued prior to the solicitation's closing date. For technical assistance related to this NBC Electronic Commerce System, please contact the NBC EC Help Desk at 703-487-9870. RESPONSE TIME AND AWARD: All proposals are to be received by the contracting agency no later than Monday, September 19, 2011 at 10:00 a.m. central time. Proposals may be hand-delivered, faxed, or e-mailed to the Contracting Officer to the address, fax number, or e-mail address stated in the solicitation. The contracting agency shall not be responsible for proposals not received. It will be the offeror's 's responsibility to verify with the Contracting Officer that his/her proposal was received timely by the contracting agency. Selection for award will be made IAW FAR 13.106-2 utilizing a best value determination after considering a firm's technical capability, past performance, and price. Technical capability and past performance, when combined, are approximately equal to price. CCR AND ORCA: All offerors are to be registered and active in the Central Contractor Registration (CCR) database and have completed their Online Representations and Certifications (ORCA) before being considered for award; therefore, if you are not already registered and active in CCR, or have not completed your ORCA, it is strongly advised that you do so at this time. Failure on the part of the successful offerorto fulfill these requirements by the time the Contracting Officer makes award will result in award of the contract being made to the next otherwise successful offeror. Access to the CCR and ORCA can be found at https://www.bpn.gov POINT OF CONTACT: Kathryn M. Logsdon, Contracting Officer, can be reached by phone at (217) 391-3225, by e-mail at kathryn_logsdon@nps.gov, or by fax at (217) 391-0011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS61088/listing.html)
 
Place of Performance
Address: Hot Springs National ParkHot Springs, Arkansas 71901
Zip Code: 71901
 
Record
SN02564813-W 20110909/110907234919-eb1f6694492f55309055a36c87a87cac (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.