Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
MODIFICATION

F -- Stewardship service on the Superior National Forest - Solicitation 1

Notice Date
7/9/2013
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Minnesota Shared Service Contracting Unit, 8901 Grand Avenue Pl., Duluth, Minnesota, 55808
 
ZIP Code
55808
 
Solicitation Number
AG-63A9-S-13-0018
 
Archive Date
8/22/2013
 
Point of Contact
Paul G. Nephew, Phone: 2186264360
 
E-Mail Address
pnephew@fs.fed.us
(pnephew@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Technical Proposal Maps Solicitation Amendment #1, Full solicitation add on July 9, 2013. It is estimated that the solicitation for this project will be posted on or around July 02, 2013 and responses will be due on or around August 01, 2013. No hard copies of the solicitation will be mailed out. Interested vendors should register to receive notifications through this site. The Superior National Forest requires stewardship services on the Laurentian, LaCroix, Kawishiwi, Tofte, and Gunflint Ranger Districts, in the St. Louis, Lake, and Cook Counties, Minnesota. (Located in the NE portion of Minnesota State). The resultant contracts will be a Firm Fixed Price, Integrated Resource Service, Indefinite Delivery Indefinite Quantities, Stewardship Contract utilizing the authority granted under Section 347 Omnibus Consolidated Appropriations Act of FY 1999, as Amended by Sec. 323 of P.L. 108-7, 2003. The intent of this contract is to complete crucial restoration work accomplished through commercial product removal and forestry related service work activities while assisting local economies. This is a commercial item acquisition that has been tailored to fit the Government's method of trading goods for services (i.e. Stewardship). The Contractor shall furnish all labor, materials, equipment, supervision, tools, transportation, operating supplies, and incidentals necessary to perform the work in accordance with the specifications and provisions and clauses of the contract. Work may include, but is not limited to, meeting requirements of the National Environmental Policy Act (NEPA), road and trail maintenance; work to improve soil productivity, removing vegetation to promote healthy forest stands, reduce fire hazards, restore and maintain wildlife and fish habitat; and control noxious and exotic weeds and reestablish native plant species or achieve other land management objectives. Work to be performed will depend upon product value and available funding. The Government may issue task orders against the base contract and these activities will either be paid with appropriated funds or the value of the products removed will be traded for the restoration activities. Each task order will be competitively bid using the IDIQ contractors. This solicitation will be used to generate a list of bidders eligible to compete for Task Order work under the, Indefinite Delivery, Indefinite Quantity, (IDIQ) performance-based, requirements contract spanning ten (10) years from the date of contract award. Pricing of work on a CCF, acre or level-of-effort basis will be used for determining price reasonableness for award purposes. The Government cannot predetermine the precise quantities that will be ordered during the contract period, but the maximum quantity of products to be removed could be about 15,200 CCF and/or 750 acre with multiple service projects. This project will be advertised as a written request for proposal and will be solicited under FAR Part 15, contracting by negotiations. Section M of the solicitation will list the evaluation criteria (including the evaluation factors and sub-factors, and the importance of each factor) for this procurement. Estimated issue date of the solicitation is on or about July 2, 2013. The actual due date for proposals will be listed in the solicitation. There will be a pre-proposal meeting at a date and location to be determined. This proposed procurement is unrestricted pursuant to Stewardship Authority. The NAICS code is 115310. All responsible sources may submit a proposal which will be considered. An electronic copy of the solicitation will be posted at this site on the issue date. All future information about this acquisition, including information about the Pre-proposal meeting, the solicitation (once issued) and any amendments will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Vendors are required to be registered in the (SAM) database and shall complete the On-line Registration and Certifications Application (ORCA). Both databases may be accessed at https://www.sam.gov/portal/public/SAM https://www.acquisition.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/63A9/AG-63A9-S-13-0018/listing.html)
 
Place of Performance
Address: The Superior National Forest, Laurentian, LaCroix, Kawishiwi, Tofte, and Gunflint Ranger Districts, in the St. Louis, Lake, and Cook Counties, Minnesota. (Located in the NE portion of Minnesota State)., Duluth, Minnesota, 55808, United States
Zip Code: 55808
 
Record
SN03110741-W 20130711/130709234833-9c2e0719b37c1aedb1825c0ef61fd255 (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.