The RFP Database
New business relationships start here

Gravel Loading and Hauling - Hiawatha National Forest


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 2019-01, 1/22/2019.

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

Description of Requirement:
The Hiawatha National Forest announces an opportunity for gravel hauling services. The intent of this contract is to secure gravel hauling services using dump trucks with drivers within the Hiawatha National Forest, and for a loader with operator capable of efficiently loading trucks from a gravel stockpile. The Contractor shall furnish trucks, drivers, loader, operator, supervision, fuel, and transportation to and from the worksite. See detailed requirements in the attached Statement of Work. The reporting location will be a National Forest Gravel Pit in Chippewa County. Contractor shall be capable of furnishing a minimum of 3 trucks and one loader.

Delivery Details/Period of Performance:
Estimated award date is May 3, 2019. The period of performance will be on/or about August 1, 2019 through September 30, 2019.

Schedule of Items:
(See OFFER SUMBISSION PACKAGE attachment for Schedule of Items to be completed for offer submission as well as other requirements.)
The Government intends to award a fixed price contract with estimated period of performance is August 1, 2019 through September 30, 2019. Please indicate the amount per truck load in the schedule below. The amount will include all costs associated with loading, transporting, and dumping as outlined in the Statement of Work. All labor costs must be in compliance with the attached Federal Wage Determination. Payment will be based on the number of truck loads delivered.
NUMBER :: TRUCK DESCRIPTION :: HAUL CAPACITY 23A AGGREGATE (LEGAL LOAD) :: AMOUNT PER LOAD
________ ::_________________ :: ________________ :: _________________
________ ::_________________ :: ________________ :: _________________
________ ::_________________ :: ________________ :: _________________
May add more rows if necessary.

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.

The following Federal Acquisition Regulation (FAR) clauses and provisions, the Department of Agriculture Acquisition Regulation (AGAR) clauses and provisions, and supplemental terms and conditions apply to this solicitation and are incorporated by reference (IBR) or by full text into the solicitation and final awarded contract. Items IBR can be viewed in full text at http://www.acquisition.gov/far/

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.


52.212-2 Evaluation - Commercial Items (OCT 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
• Past Performance;
• Experience;
• Capability to meet the government requirement;
• Biobased Purchasing; and
• Price and overall cost the the government
Technical and past performance factors, when combined, are equal to price.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

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 based on 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) Completed Schedule of Items, with pricing, including Offeror name, address, DUNS number, telephone number and name of contact person; and
(2) Experience and Capabilities Questionnaire to define non-price evaluation factors and elements. Offeror must respond to the other factors as described under FAR 52.212-2 Evaluation Commercial Items (OCT 2014). This includes equipment make, model, capacity and bucket size when applicable and Biobased purchasing; and
(3) Offerors shall include representations in FAR 52.209.11; and
(4) 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 5:00pm Eastern on April 26, 2019

Please submit one complete copy of the above information to:
USDA Forest Service - 12569R19Q0006
Erin Garcia, LSAT Contract Specialist
412 Red Apple Road
Manistee, MI 49660


Offers may be submitted electronically to erin.garcia@usda.gov, Subject: 12569R19Q0006
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 erin.garcia@usda.gov or (231) 723-2211 x3149 with questions concerning this solicitation.


See Combined Synopsis-Solicitation and attachments for further information.


Erin Garcia, Contract Specialist, Phone 231-723-2211 x3149, Email erin.garcia@usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP