CHEQUAMEGON-NICOLET NATIONAL FOREST
MOQUAH BARRENS BRUSHING & SPIDER GAS MECHANICAL TREATMENT
12569R19Q0024
The Lake States Acquisition Team announces an opportunity to conduct Brushing and Mechanical Treatment on 326 acres of sub-merchantable tree and shrub cutting/reduction within designated areas on the Washburn Ranger District of the Chequamegon-Nicolet National Forest in Bayfield County, Wisconsin as indicated in the attached specifications.
The Contractor shall furnish all labor, equipment, supervision, transportation, supplies and incidentals required to complete the project per the specifications provided and in the timeframe specified for this project.
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This solicitation, 12569R19Q0024, is issued as a Request for Quotes (RFQ) with requirement to submit technical information (See Solicitation Provisions and Offer Submission Package documents) and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.
This solicitation is a total small business set-aside. The NAICS code is 115310 and small business standard is $7.5M.
The provisions at 52.212-1 Instructions to Offerors - Commercial Items, and 52.212-2 Evaluation - Commercial Items; and clauses 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are incorporated in the attached solicitation and apply to the resulting contract(s).
Item No/Description/Quantity
1. Spider Gas Burn Unit 45 Acres
2. Moquah Block E-1 33 Acres
3. Moquah Block E-2 125 Acres
4. Brinks 8C South 1 76 Acres
5. Brinks 8C South 2 47 Acres
(See OFFER SUBMISSION PACKAGE for details)
One or Multiple contracts may be awarded from this solicitation. Contractors are invited to bid on any, or all items on the Schedules located in the Offer Submission Package. If submitting a bid on all items, you may also indicate a minimum or maximum amount you are willing to accept if awarded a contract, or you may indicate that you are willing to accept all items.
Work is scheduled from the week of July 22nd, 2019 for approximately 8 to 10 weeks.
Vendors must be registered in System for Award Management (SAM) prior to receiving a government contract. www.sam.gov
If annual representations and certifications are not active in SAM, offerors shall include a completed copy of the provisions at 52.212-3 Offeror Representations and Certifications - Commercial Items with their offer.
Clauses and provisions incorporated by reference can be viewed in full text at https://www.acquisition.gov/far.
The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect to not award. If necessary, the Government may conduct discussions with any or all offerors. The Experience Questionnaire is optional but the information requested on this form must be submitted in another format if the questionnaire is not submitted.
Award will be made on a Best Value basis and offers shall at a minimum contain the items requested below.
Offers will be evaluated on 1) past performance; 2) experience/technical capability; 3) use of sustainable products; 4) price.
Offerors must contain:
1) SF 1449 form
2) Offer Submission Package containing:
• Schedule of Items
• FAR 52.209-11 and Annual Representations and Certifications at FAR 52.212-3
• Experience Questionnaire or equivalent information (including sustainable products list)
• Workforce Certification Form
All invoices must be submitted via the electronic Invoice Processing Platform (IPP). This is a mandatory requirement initiated by the U.S. Department of Treasury. For more information see website, https://www.ipp.gov/index.htm.
Please ensure that your company has registered for an account at https://www.ipp.gov/vendors/enrollment-vendors.htm. The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP.
Offers may be hand delivered, e-mailed to annette.caliguri@usda.gov SUBJ: 12569R19Q0024, or mailed to:
USDA Forest Service
LSAT Contracting
Attn: Annette Caliguri
12569R19Q0024
820 Rains Drive
Gladstone, MI 49837
No facsimile offers will be considered and incomplete offers will not be accepted.
All offers must be received by 1:00 pm EST, June 6th, 2019.
Technical Contact is:
Brian Heeringa
brian.heeringa@usda.gov
715-373-2667 ext. 5234
Annette C. Caliguri, Contract Specialist, Phone 906-428-5842, Fax 906-428-9030, Email annette.caliguri@usda.gov - Brian Heeringa, Wildlife Biologist, Phone 715-373-2667, Ext. 5234, Email brian.heeringa@usda.gov