Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
MODIFICATION

F -- Firebreaks at Pocosin Lakes NWR, Pantego, NC

Notice Date
9/9/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1875 Century Blvd., Atlanta, GA 30345
 
ZIP Code
30345
 
Solicitation Number
F11PS01614
 
Response Due
9/12/2011
 
Archive Date
3/10/2012
 
Point of Contact
Name: Christina Hacker, Title: Contracting Officer, Phone: 4046794019, Fax: 4046794093
 
E-Mail Address
christina_hacker@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 F11PS01614 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 561730 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 2011-09-12 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DOI Fish & Wildlife Service requires the following items, Meet or Exceed, to the following: LI 001, Intercoastal Waterway Unit Perimeter Firebreak The USFWS reserves the right to award line items 001 and 002 to separate or a single vendor. This firebreak is separated into 2 projects, one a maintenance cut and the second is line establishment. In the maintenance cut, the contractor should expect vegetation to be grasses, sedges and small diameter shrubs 4-6 feet tall. This section is approximately 3.3 miles in length (95 acres). The second section is new line construction and in this section the contractor can expect tall, brushy fuels 4-8 feet in height with interspersed 4-8? DBH trees. This section is approximately 0.6 miles in length (15 acres). Both sections of this cut will be to a width of 200 feet. The firebreaks have wet areas with deep organic soils (peat) and can have isolated stumps and large diameter logs on the surface., 110, ac; LI 002, Harvester Firebreak Unit The USFWS reserves the right to award line items 001 and 002 to separate or a single vendor. Harvester Firebreak is 100-ft wide by 3.3 miles long (39 acres). This will be a maintenance cut of the firebreak. The contractor should expect vegetation to be grasses, sedges and small/medium diameter shrubs 4-6 feet tall. The firebreaks have wet areas with deep organic soils (peat) and can have isolated stumps and large diameter logs on the surface. Seller shall bid per acre., 39, ac; 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. All questions must be submitted through FedBid no later than September 5, 2011 9:00 AM ET. One pre-bid site visit will take place on September 2, 2011 at 9:00 AM ET at the Pocosin Lakes NWR maintenance shop, 601 Refuge Rd., Pantego, NC, 27860. 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 COR David Kitts (david_kitts@fws.gov, 252-796-3004) to register for the site visit and get directions. 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. 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: 1. 52.222-50 Combating Trafficking in Persons 2. 52.233-3 Protest after award 3. 52.233-4 Applicable Law for Breach of Contract Chain 4. 52.219-28 Post Award Small Business Program Representation 5. 52.222-3 Convict Labor 6. 52.222.19 Child Labor-Cooperation with Authorities and Remedies 7. 52.222-21 Prohibition of Segregated Facilities 8. 52.222-26 Equal Opportunity 9. 52.222-36 Affirmative Action for Workers with Disabilities 10. 52.223-18 Contractor Policy to Ban Text Messaging while Driving 11. 52.225-1 Buy American Act - Supplies 12. 52.232-9 Terms for Financing of Purchases of Commercial Items 13. 52.225-13 Restrictions on Certain Foreign Purchases 14. 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 Procedure 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 For more information visit: http://www.wdol.gov/wdol/scafiles/non-std/01-0233.sca WD 01-0233 (Rev.-18) was first posted on www.wdol.gov on 06/17/2011Forestry and Land Management Services**********************************************************************************REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATIONBy direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON, D.C. 20210 | | Diane C. Koplewski Division of Wage | Wage Determination No: 2001-0233Director Determinations | Revision No: 18 | Date Of Revision: 06/13/2011----------------------------------------------------------------------------------State: North CarolinaArea: North Carolina Statewide 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. Bid MUST be good for 30 calendar days after close of Buy. The period of performance for this order is anticipated to be: 60 days. Start Date: 9/26/11End Date: 11/30/11 Please do not request award status prior to the date listed below. Anticipated Award Date: 9/16/11 The USFWS reserves the right to award line items 001 and 002 to separate or a single vendor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS01614/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02569107-W 20110911/110909235528-45e762bedfafd44256c5ca2ad80c08be (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.