Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
DOCUMENT

F -- Utah/Nevada FIA Plots - Attachment 6 - Wage Determination - Solicitation AG-82FT-S-16-0031 - Attachment 4 - Interior West Forest Inventory and Analysis P2 Field Procedures - Attachment 3 - Confidential Agreement - Attachment 5 - MIDAS Hardware Requirements - Attachment 7 - Fire Protection and Suppression - Attachment 1 - Camping Provisions - Attachment 2 - Utah/Nevada Plot Map

Notice Date
7/14/2016
 
Notice Type
Attachment 2 - Utah/Nevada Plot Map
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, Rocky Mountain Research Station, 240 West Prospect Road, Fort Collins, Colorado, 80526, United States
 
ZIP Code
80526
 
Solicitation Number
AG-82FT-S-16-0031
 
Archive Date
8/30/2016
 
Point of Contact
Anthony O Salas,
 
E-Mail Address
asalas@fs.fed.us
(asalas@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 - Utah/Nevada Plot Map Attachment 1 - Camping Provisions Attachment 7 - Fire Protection and Suppression Attachment 3 - Confidential Agreement Solicitation AG-82FT-S-16-0031 Attachment 6 - Wage Determination This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. The solicitation number is AG-82FT-S-16-0031. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The proposed contract is set aside 100% for small business concerns. The North American Industry Classification System (NAICS) code is 115310, size standard is $7.5 million. The Government intends to award a Firm Fixed Price Contract for the Rocky Mountain Research Station (RMRS) Forest Inventory and Analysis (FIA) plots. This solicitation requires locating and measuring FIA Forest Inventory plots on public and private lands, providing digital delivery of data, and related work in compliance with its terms, specifications, and provisions. This includes furnishing labor, equipment (including all computer hardware and software deemed necessary to perform the requirements of the contract), supervision, transportation, operating supplies (except those designated as Government-furnished), and incidentals. The Contractor shall also furnish the following personnel requirements in performance of the contract: Each crew must have a crew leader with undergraduate courses* in mensuration, tree identification, plant identification, silviculture, and ecology and three months prior experience collecting data for Forest inventory, including stand exams, or vegetation classification. Other crew members must have undergraduate courses* in mensuration and tree identification. *Specific technical experience may be substituted for a given educational requirement. Work is estimated to begin around September 1, 2016 and completion of all required plots by August 31, 2017. The award of this contract will be based upon best value to the Government price and other factors considered. Please see the attached solicitation for a complete Performance Work Statement. Offorors must be registered in the System for Award Management (SAM) database with a DUNS number in order to participate in this procurement. For instructions on registering with the SAM, please visit the website for SAM at http://www.sam.gov. Bid MUST be good for 30 calendar days after close of buy. Submit your quote and technical information electronically to asalas@fs.fed.us, no later than August 15, 2016 11:00 a.m. Mountain Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82FT/AG-82FT-S-16-0031/listing.html)
 
Document(s)
Attachment 2 - Utah/Nevada Plot Map
 
File Name: Attachment 4 - Interior West Forest Inventory and Analysis P2 Field Procedure (http://fs.fed.us/rm/ogden/data-collection/field-manuals.shtml)
Link: http://fs.fed.us/rm/ogden/data-collection/field-manuals.shtml

 
File Name: Attachment 5 - MIDAS Hardware Requirements (http://www.fs.fed.us/rm/ogden/data-collection/state_contractors/midas_hardware_requirements.pdf)
Link: http://www.fs.fed.us/rm/ogden/data-collection/state_contractors/midas_hardware_requirements.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Multiple Locations, United States
 
Record
SN04183592-W 20160716/160714235640-3558f10f41ed7aeee3f34502e6c11989 (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.