The RFP Database
New business relationships start here

Demolition, Consumer Lease Cabins


Wisconsin, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is issued as a Request for Quote (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-97.

This procurement is a total small-business set aside. The NAICS code is 238910 and the Small Business Size Standard is 15M.

The solicitation Number is 12569R18Q0013.

Description of Requirement:
The Lake States Acquisition Team announces an opportunity on the Huron-Manistee National Forests. It is the intent of this solicitation to secure services for the demolition and restoration of 6 cabin sites on the Mio Ranger District. The project includes demolition and removal of cabins, sheds, outhouses, docks, a boathouse, accessory structures and proper abandonment of well and septic systems. This project is for 6 different sites near Luzerne, Michigan.

Prospective contractors are responsible for visiting the sites on their own. See maps and directions in attached documents. The Contractor shall provide all labor, equipment, materials, supplies and supervision required to clear, demolish and dispose of items as described in the attached Statement of Work.
See detailed requirements described in the attached Statement of Work, as well as the attached photos, maps and asbestos survey reports.

Delivery Details/Period of Performance:
The Government intends to award a fixed price contract. Contract work shall be performed after September 17, 2018 and must be completed by October 31, 2018. The award date will be on/or about June 1, 2018.


Schedule of Items:
(See last five pages of solicitation for pages to include with quote submission including Schedule of Items.)
The Government intends to award one contract for the items listed below to the Contractor who provides the best overall value to the Government. The Government reserves the right to award all, part or none of the contract.
Item Number - Description - Pay Unit - Amount
01. Complete demolition of all structures, removal of all debris and concrete, proper abandonment of well and septic, and site restoration at the Fullers cabin site.
02. Complete demolition of all structures, removal of all debris and concrete, proper abandonment of well and septic, and site restoration at the Reinhold cabin site.
03. Complete demolition of all structures, removal of all debris and concrete, and site restoration at the Kincaid cabin site.
04. Complete demolition of all structures, removal of all debris and concrete, proper abandonment of well and septic, and site restoration at the Luther cabin site.
05. Abandonment of water system pit at the Raquepaw cabin site. Item
06. Complete demolition of all structures, removal of all debris and concrete, and site restoration at the Ladd cabin site.
Total Quote Amount:

Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract (formerly Central Contractors Registration or CCR). See www.sam.gov for details - this may take up to 2 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award.

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 "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.

ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Erin Garcia at egarcia02@fs.fed.us. Questions and answers will be posted to FBO so please check back often as it is the contractor's responsibility to remain up to date on all available Q&A's as well as any potential resulting modifications. All questions must be received no later than three days prior to solicitation close date, or the government is under no obligation to review and/or address the questions.

Further provisions, clauses, and addenda including, but not limited to, commercial provisions 52.212-1, 52.212-2, 52.212-3 and commercial clauses 52212-4, 52.212-5 are incorporated in the attached solicitation. Those that are 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 not to award at all. If necessary, the Government may conduct discussions with any or all offerors. It is in the offeror's best interest to fully respond to the Experience Questionnaire since an order may be issued on the basis of information received, without further discussion.
Award will be made on a Best Value basis and offers shall at a minimum, contain the items described in this section. Each offer shall contain sufficient information to enable a thorough evaluation.

The following factors shall be used to evaluate offers:
• Past Performance;
• Experience and capability to meet the government requirement;
• Use of biobased products in equipment; and
• Price and overall cost the the government


Technical and past performance factors, when combined, are equal to price.
The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect not to award at all. If necessary, the Government may conduct discussions with any or all offerors. It is in the offeror's best interest to fully respond to the Experience Questionnaire since an order may be issued on the basis of information received, without further discussion.
Award will be made on a Best Value basis and offers shall at a minimum, contain the items described in this section. Each offer shall contain sufficient information to enable a thorough evaluation.

To be considered responsive, contractor must submit the following with offer:
(1) Experience and Capabilities Questionnaire to define non-price evaluation factors and elements described under FAR 52.212-2 Evaluation- commercial Items including Biobased purchasing (use additional pages if necessary);
(2) Offerors shall include representations in FAR 52.209.11;
(3) Workforce Certification;
(4) Completed Schedule of Items, with pricing, including Offeror name, address, DUNS number, telephone number and name of contact person. Offers shall be submitted for the total items. Offers for less than the total item will not be considered; and
(5) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) online at www.sam.gov.

All offers must be received by 4:00 Eastern on May 14, 2018.
Please submit one complete copy of the above information to:
USDA Forest Service - 12569R18Q0013
Erin Garcia, LSAT Contracting Officer
412 Red Apple Road
Manistee, MI 49660


Offers may be submitted electronically to egarcia02@fs.fed.us, SUBJ: 12569R18Q0013
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 Erin Garcia at egarcia02@fs.fed.us or (231) 723-2211 with administrative questions concerning this solicitation.

Contact Terry Hepler at terrywhepler02@fs.fed.us or 989-826-3252 for more information on technical questions concerning this solicitation.

See Combined Synopsis-Solicitation and attachments for further information.




 


 




Erin Garcia, Phone 2317232211, Email egarcia02@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP