The RFP Database
New business relationships start here

HM - Baldwin Timber Marking 2019


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

SOLICITATION #12569R19Q0013
HM - BALDWIN 2019 TIMBER MARKING CONTRACT

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's (RFQ). The documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.

This procurement is a total small-business set aside. The NAICS code is 115310 and the Small Business Size Standard is 7.5 million.

Description of Requirement:
It is the intent of this contract to secure labor, equipment, and supplies necessary to accomplish timber marking in Red Pine stands scheduled for timber harvest on the Huron-Manistee National Forest, Baldwin Ranger District in Lake County, Michigan. The four areas (Gilligan Lake, Maple Island, 188th Ave. North, and 188th Ave. South) involve timber marking only on approximately 1,140 acres. Marking paint is required to be applied using a Panama sprayer or similar product, use of hand guns will not be allowed. Both Type A and Type C marking paint will be available for use. Contractors are also required to have locked storage for paint while in the field, either in a truck cap or trailer.


See detailed requirements described in the attached Statement of Work and Specifications including Individual Sale Unit Marking Guides and additional attachments.


Schedule of Items:
More than one contract may be awarded and prospective contractors may quote on any or all line items. (See last five pages of the solicitation document for the Schedule of Items and documents to be completed for submission.)
Item - Description - Quantity - Unit
Line Item 01 - Gilligan Lake; 157 Acres
Line Item 02 - Maple Island; 472 Acres
Line Item 03 - 188th Ave. North; 215 Acres
Line Item 04 - 188th Ave. South; 296 Acres



Delivery Details/Period of Performance:
Estimated award date is May 24th, 2019. Project start date will be on/or about June 4th, 2019. The completion dates are as follows: All work items for Gilligan Lake must be completed by November 1, 2019; all work items for Maple Island must be completed by May 15, 2020; and all work items for 188th Ave. North and 188th Ave. South must be completed by August 1, 2020.


Vendors must be registered in the Systems for Award Management (SAM) prior to receiving a government contract. See www.sam.gov for details. It is highly recommended that interested parties register immediately in order to avoid any delays in award. Registration may take as long as 2-3 weeks to activate.

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 Annette Caliguri, annette.caliguri@usda.gov . 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 one or more purchase order(s) as a result of this Request for Quotations to the responsible contractors 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 and Relevant Experience;
-Technical Capability to meet the government requirement;
-Capacity to complete work on time;
-Utilization of biobased products; and
-Price and overall cost to the Government.


Technical and past performance, when combined, are equal to price.

Offer Submission Information:
The Government may issue an order to other than the lowest offer, waive minor informalities or irregularities in quotes 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.
Ability to meet the completion date will be considered as a primary factor in determining if an offeror can be responsible for these contracts. Your offer should include both price and sufficient information for evaluation panel to determine whether or not the work can be completed on time (e.g. operating plan and/or list of employees and/or list of current contracts held by offeror).

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; 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 1:00 pm EST, May 20, 2019.


Please submit one complete copy of the above information to:
USDA Forest Service - 12569R19Q0013
Annette Caliguri
LSAT Contracting
820 Rains Drive
Gladstone, MI 49837


Offers may be submitted electronically to annette.caliguri@usda.gov, SUBJ: 12569R19Q0013
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 offer.


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 annette.caliguri@usda.gov or (906) 428-5842 with administrative questions concerning this solicitation.


Contact Mark Shermak at mark.shermak@usda.gov or (231) 745-5858 for more information on technical questions concerning this solicitation.


Annette C. Caliguri, Contract Specialist, Phone 906-428-5842, Fax 906-428-9030, Email annette.caliguri@usda.gov - Mark Shermak, Supervisory Forester, Phone 231-745-5858, Fax 231-745-2345, Email mark.shermak@usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP