Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOLICITATION NOTICE

F -- OTT - SILVEX EXAMS - AG-569R-S-16-0039 SOLICITATION DOCUMENT

Notice Date
7/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Lake States Acquisition Team (LSAT), 500 Hanson Lake Road, Rhinelander, Wisconsin, 54501, United States
 
ZIP Code
54501
 
Solicitation Number
AG-569R-S-16-0039
 
Archive Date
8/27/2016
 
Point of Contact
Annette C. Caliguri, Phone: 906-428-5842, Ted Frank, Phone: 906-932-1330 Ext. 515
 
E-Mail Address
acaliguri@fs.fed.us, tjfrank@fs.fed.us
(acaliguri@fs.fed.us, tjfrank@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment #7 - Watersmeet - Iron River Compartment files Attachment #6 - Bergland Exam Compartment Files Attachment #5 - Wage Determination Attachment #4 - Ottawa Vicinity Map Attachment #3 - Watersmeet - Iron River Exam Exhibit Attachment #2 - Bergland Exam Exhibit Attachment #1 - Exhibits 1 through 8 AG-569R-S-16-0039 SOLICITATION DOCUMENT The Lakes States Acquisition Team announces an opportunity for Technical Forestry Services to conduct stand examinations using the Common Stand Exam (CSE) protocol. These services will be performed on the Ottawa National Forest in the counties of Gogebic, Iron, and Ontonagon in the Upper Peninsula of Michigan. Work shall consist of locating, establishing, measuring and recording data for sample plots. The work performed and the data collected shall be in compliance with the terms, specifications, conditions and provisions of this solicitation, and the Common Stand Exam Users Guide, Version 2.12.6March2015, hereafter known as "CSE User Guide". The Contractor shall furnish all personnel, materials, equipment, tools, supplies, transportation, supervision and incidentals to perform data collection work, except as otherwise provided by the Government, and in the timeframe specified in this solicitation. Offerors are urged to inspect the Bid Items and work areas prior to submission of an offer. It is the Government's intent to award one contract resulting from this solicitation. Accordingly, offeror's shall SUBMIT PRICING FOR ALL LINE ITEMS. However, if upon evaluation, it is determined that multiple awards are in the best interest of the Government, multiple awards may be made. It is the Government's intent to award a fixed priced contract resulting from this solicitation. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in, and attached to, this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotes (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-88, including but not limited to commercial provisions 52.212-1, 52.212-2, 52.212-3 and commercial clauses 52.212-4, and 52.212-5. Provisions and clauses incorporated by references have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Agriculture Acquisition Regulations (AGAR) can be accessed at http://www.acquisition.gov/far/ and http://www.usda.gov/procurement/policy/agar/html This procurement is a total small-business set aside. The NAICS code is 115310 and the Small Business Size Standard is $7.5M. Contractors are required to be actively registered with the System for Award Management (SAM) at www.sam.gov in order to be considered for award. No reimbursement will be made for any costs associated with providing information in response to this synopsis, the solicitation or any follow up information requests. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The solicitation has been posted to FedBizOpps (FBO) and no hard copies of the solicitation, supporting documents and applicable amendments, if any, will be provided. To receive the entire solicitation package and any applicable amendments, prospective offerors must download them from the FBO website. Schedule of items consists of 12 bid items with a range of two to eight compartments per bid item. Bid Item 1 Total quanitity 596 Bid Item 2 Total quanitity 417 Bid Item 3 Total quanitity 505 Bid Item 4 Total quanitity 597 Bid Item 5 Total quanitity 563 Bid Item 6 Total quanitity 517 Bid Item 7 Total quanitity 560 Bid Item 8 Total quanitity 609 Bid Item 9 Total quanitity 592 Bid Item 10 Total quanitity 540 Bid Item 11 Total quanitity 377 Bid Item 12 Total quanitity 379 See AG-569R-S-16-0039 Solicitation Document - Section B for complete Schedule of Items. The following factors shall be used to evaluate offers: (a) Qualifications (as listed in section C.3.1.1) and Technical Excellence (b) Price/Cost (c) Project Management (d) Past Performance (e) Safety Plan (f) Availability (g) List of Bio-based products utilized (if applicable) Award will be made to the offeror (1) whose Proposal is technically acceptable and (2) whose technical/cost relationship is most advantageous to the Government. Cost (b) is equal to qualifications and technical (a) and will factor in the award decision. All Offerors must submit the following: 1. Complete and return the schedule of items information (Section B). 2. Complete and return the SF-18, Section H -Workforce Certification (pg 30), and Section K - Certs & Reps OR SAM registration AND provision 52.209-11 (pg 55). 3. Provide Technical Proposal. Please ensure that you have addressed all of the criteria as stated in section M. (Experience Questionnaire provided for your convenience) 4. Quality Control Plan 5. Safety Plan The Government will evaluate proposals in accordance with the evaluation criteria set forth in Section M of this solicitation. All offers must be received by 4:30 pm EST on August 12, 2016. Please submit one complete copy of the above information to: USDA Forest Service - AG-569R-S-16-0039 Annette Caliguri, LSAT Contracting Officer 820 Rains Drive Gladstone, MI 49837 Offers may be submitted electronically to acaliguri@fs.fed.us, SUBJ: AG-569R-S-16-0039 If submitting via email please note file size limitations, formatting or other problems may hamper receipt so please verify that the contracting officer has received your quote. No facsimile offers will be considered per (c)(1) of FAR clause 52.215-1 Instructions to Offerors -- Competitive Acquisition. (Jan 2004). Incomplete offers will not be accepted. Contact Annette Caliguri at acaliguri@fs.fed.us or (906) 428-5842 with administrative questions concerning this solicitation. Contact Ted Frank at 906-932-1330, ext. 515 or Dave Steffensen at 906-884-2085, ext. 29 for more information or technical questions concerning this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/AG-569R-S-16-0039/listing.html)
 
Place of Performance
Address: Ottawa National Forest, Gogebic, Iron & Ontonagon Counties, Michigan, United States
 
Record
SN04182021-W 20160715/160713235616-c9e139cad91c02deb115949ae072da1c (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.