The RFP Database
New business relationships start here

OTT - 2018 Timber Stand Improvements


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, and 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). The documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97.

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:
The Lake States Acquisition Team announces an opportunity for Timber Stand Improvements on the Ottawa National Forest in Michigan. It is the intent of this contract to secure services for release of natural and planted trees from competing vegetation and allow increased sunlight to reach the seedlings and less competition for the seed trees; thus allowing them to grow faster and afford them better survival and health. This will require cutting down of small trees and brush that are shading or competing with the trees according to specifications described below. The contractor shall progressively accomplish the work at a rate that will result in completion of the contract within the time specified. The work shall be accomplished using hand or power tools, whichever the contractor desires as long as the desired results are achieved. The Contractor shall furnish all labor, equipment, supervision, transportation, and supplies, and incidentals.

Schedule of Items:
One or more contracts may be awarded and prospective contractors may bid on any or all Line Items. Award will be made per the total of each Line Item.

Item  Estimated
No.    Services    Quantity   Unit

Cleaning Northern Hardwood
Canopy Gaps (Hardwood Emphasis):

01. Canopy Gaps for Hardwood 74 Acres
Topeka #17
Canopy Gaps for Hardwood 33 Acres
Santa Fe Aspen #06
TOTAL 107 ACRES


Cleaning Northern Hardwood
Canopy Gaps (Hardwood Emphasis):


02. Canopy Gaps for Hardwood 10 Acres
Sawbuck #09
Canopy Gaps for Hardwood 56 Acres
Gadzukes Stewardship #19
Canopy Gaps for Hardwood 13 Acres
Michigander #20
TOTAL 79 ACRES


Area Tree Release (Pine Emphasis):

03. Canopy Gaps for Hardwood 42 Acres
Minnie #05
Canopy Gaps for Hardwood 20 Acres
Minnie #07
Canopy Gaps for Hardwood 30 Acres
Himanka Hardwood #08
TOTAL 92 ACRES


Delivery Details/Period of Performance:
Estimated award date is May 25, 2018. The start date will be on/or about June 4, 2018. All line items must be completed by October 30, 2018.



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.


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 at acaliguri@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 one or more contracts as a result of this Request for Quotations to the responsible offeror(s) 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 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.


Ability to meet the completion date will be considered as a primary factor to determine if an offeror can be responsible for these contracts. Offers should include both price and sufficient information for the evaluation panel to determine whether 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) Completed Schedule of Items, with pricing, including Offeror name, address, DUNS number, telephone number and name of contact person;
(2) Offerors shall include representations in FAR 52.209.11;
(3) 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 paragraph (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.
(4) Workforce Certification
(5) 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);



All offers must be received by 4:30 Eastern on May 22nd, 2018


Please submit one complete copy of the above information to:
USDA Forest Service - 12569R18Q0017
Annette Caliguri, LSAT Contracting Officer
820 Rains Drive
Gladstone, MI 49837


Offers may be submitted electronically to acaliguri@fs.fed.us, SUBJ: 12569R18Q0017
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 acaliguri@fs.fed.us or (906)428-5842 with administrative questions concerning this solicitation.


Contact Ted Frank at tjfrank@fs.fed.us or 906-285-6964 for more information on technical questions concerning this solicitation.


 


Annette C. Caliguri, Contract Specialist, Phone 906-428-5842, Fax 906-428-9030, Email acaliguri@fs.fed.us - Ted Frank, Silviculturist, Phone 906-285-6964 , Email tjfrank@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP