The RFP Database
New business relationships start here

OTT - TSI Tree Release


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

Solicitation Number AG-569R-S-17-0039
Ottawa National Forest
TSI Tree Release

Description:
The Lake States Acquisition Team announces an opportunity for TSI Tree Release on the Ottawa National Forest, Baraga, Iron, Houghton, and Gogebic Counties in the Upper Peninsula of Michigan. The Contractor shall furnish all personnel, materials, equipment, tools, supplies, transportation, supervision and incidentals to perform the services specified in this solicitation. The site conditions vary and we encourage any potential bidders to visit the work site prior to bidding. There are 3 line items for a total of 544 acres. The work shall be accomplished using hand or power tools, whichever the contractor desires as long as the desired results are achieved.



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 RFQ. The documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.


This procurement is set aside for Total Small Businesses. The NAICS code is 115310 and the Small Business Size Standard is $7.5M.


Vendors must be registered in Systems for Award Management (SAM) www.sam.gov prior to receiving a government contract. Obtaining a DUNS number and registering in SAM are free.

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.



Schedule of Items:
                        Estimated
Item Description Quantity Unit

1. Tree Release 145 Acres
2. Tree Release 236 Acres
3. Tree Release 163 Acres



Specification and additional details are described in the Combined Synopsis/Solicitation Document as well as a list of evaluation factors (FAR Provision 52.212-2 Evaluation - Commercial Items).



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.



One or more firm- fixed price contract will be awarded to the responsive and responsible offerors whose technically acceptable offer is the best value to the government. Each offer/technical proposal shall contain sufficient information to enable a thorough evaluation. 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 Technical Proposal Submittal Requirements since an order may be issued on the basis of information received, without further discussion.
.


All offers must contain the following to be considered responsive:



(1) Experience and Past Performance, Safety Plan, Equipment and Employee availability/reliability, and list of biobased products to be used in performance of this contract. (Form provided for your convenience)
(2) Completed Schedule of Items, with pricing, & contact information including DUNS #;
(3) Annual representations and certifications in SAM. If not active in SAM, Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer (see www.acquisition.gov.far )
(4) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
(5) Workforce Certification if using migrant and seasonal workers


 


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. Please check FBO 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 amendments. 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.


 


All offers must be received by 4:30 EST on May 24th, 2017



Offers may be submitted electronically to acaliguri@fs.fed.us, SUBJ: AG-569R-S-17-0039


Or hard copy to:


USDA Forest Service - AG-569R-S-17-0039
Annette Caliguri, LSAT Contracting Officer
820 Rains Drive
Gladstone, MI 49837



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.


Technical Contacts:
Ted Frank Bessemer/Watersmeet Ranger District 906-932-1330, Ext 515
Dave Steffensen Ontonagon Ranger District 906-884-2411, Ext 29
Michael Strieter Kenton Ranger District 906-852-3500, Ext 33


Contact Annette Caliguri at acaliguri@fs.fed.us or 906-428-5842 with administrative questions.


 


 


Annette C. Caliguri, Contract Specialist, Phone 906-428-5842, Fax 906-428-9030, Email acaliguri@fs.fed.us - Ted Frank, South Zone Silviculturist, Phone 906-932-1330 Ext. 515, Email tjfrank@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP