The RFP Database
New business relationships start here

Portalet_Solid Refuse Collection, Cumberland RD, Daniel Boone National Forest, KY


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

Combined Synopsis/Solicitation

(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.


(ii) Solicitation number 12531A19R0004 is issued as request for quotation (RFQ). The acquisition procedures at FAR Part 12 are being utilized. The Government anticipates the award of a firm fixed-price, purchase order. Award will be made to the responsible offeror whose quote responds to the terms of the RFQ and is most advantageous to the government.


(iii) The USDA-USFS requires Contractor will provide all equipment, materials, labor, transportation, incidentals and supervision to perform toilet cleaning and refuse pickup service for Cumberland Ranger District, Cave Run Lake (CRL), Daniel Boone National Forest (Morehead), Kentucky 40351.
(iv) This procurement is being handled by the USDA-USFS Daniel Boone National Forest, 1700 By-Pass Road, Winchester, KY 40391.


Responses are due on April 09, 2019 no later than 1700hrs pm, Eastern Time.
Deadline for Questions April 01, 2019, 1700 ET
Site Visit - N/A - Contractor may self-tour the national forest (weather dependent)


All offers shall be submitted electronically to the following address: Leslie.Hughes@usda.gov and Steven.alves@usda.gov
Your submittal email subject line should read: "12531A19R0004 Submittal".
It is the responsibility of the contractor to phone 859-745-3128 to confirm receipt. The government is not responsible for email delays or non-receipt. Submittals received after the deadline will not be considered.


(v) This solicitation documents and incorporates provisions and clauses are those in effect through Federal
Acquisition Circular 2019-01 dated 22 Jan 2019.


(vi) This is a 100% set aside for small business. The applicable NAICS code is 562119 Septic Tank and Related Services, which has a size standard of $7.5M. For more information on size standards visit http://www.sba.gov/size. Active SAM Registration is required in order to be awarded the contract and must be active throughout the period of performance.


(vii) The USDA-USFS Daniel Boone National Forest requires the following work via a Firm Fixed Price Contract, base year and four option years. Work summation is as follows:


Furnish all labor, supervision, tools, equipment, supplies, transportation, permits, insurance and incidental supplies necessary to provide toilet cleaning and refuse pickup services at the Morehead Sites on the Cumberland Ranger District in accordance with the following specifications:


Line Item Description Est Qty Unit Unit Price Ext. Price

001 Base Period, Award - 12/31/2019, Toilet Cleaning and Refuse Pickup 30 WK $ $
002 Base Period, Award - 12/31/2019, Cleaning of 1 Toilet unit (call request) 20 EA $ $
003 Option One, 1/1/20 - 12/31/20, Toilet Cleaning and Refuse Pickup 30 WK $ $
004 Option One, 1/1/20 - 12/31/20, Cleaning of 1 Toilet unit (call request) 20 EA $ $
005 Option Two, 1/1/21 - 12/31/21, Toilet Cleaning and Refuse Pickup 30 WK $ $
006 Option Two, 1/1/21 - 12/31/21, Cleaning of 1 Toilet unit (call request) 20 EA $ $
007 Option Three, 1/1/22 - 12/31/22, Toilet Cleaning and Refuse Pickup 30 WK $ $
008 Option Three, 1/1/22 - 12/31/22, Cleaning of 1 Toilet unit (call request) 20 EA $ $
009 Option Four, 1/1/23 - 12/31/23, Toilet Cleaning and Refuse Pickup 30 WK $ $
010 Option Four, 1/1/23 - 12/31/23, Cleaning of 1 Toilet unit (call request) 20 EA $ $

TOTAL PRICE $


The contractor shall complete:
• Schedule of Items (bid schedule)
• 210.2.4 Day of the Week Cleaning Schedule (Toilets)
• 220.3 Dumpster Location and Pick-up Frequency


DESCRIPTION/SPECIFICATIONS/WORK STATEMENT
DIVISION 100 - GENERAL SPECIFICATIONS
110 - Scope of Contract
Contractor will provide all equipment, materials, labor, transportation, incidentals and supervision to perform toilet cleaning and refuse pickup service for Cumberland Ranger District, Cave Run Lake (CRL), Daniel Boone National Forest, Kentucky 40351.
111 - Project
Contractor to provide services in accordance with Section 200 for the cleaning and servicing of toilets and the removal of Refuse and Solid Waste.
121 - Government Furnished Property/Supplies
The contractor shall provide all expendable materials and labor under this quotation. The government will provide serviceable Flush, Vault, Chemical toilets and dumpsters/trash receptacles.
150 - Pre-work Conference
The Contracting Officer will administer this contract. The Contracting Officer will designate a Contracting Officer's Representative (COR) for the purpose of insuring compliance with the specifications and provisions of the contract. Prior to commencement of work, the Contracting Officer or COR will arrange a meeting with the Contractor to discuss the contract terms and work performance requirements. A work progress schedule will be developed at this meeting. Before work starts, preferably at the pre-work conference, the Contractor shall designate in writing a person to act for him in his absence. The Contractor or the designated representative shall be on the job whenever work is in progress. In the absence of the Contractor, the authorized representative will take action as required to keep the job in progress under terms of the contract. The presence of the Contractor's Representative or COR on the job will not relieve the Contractor of responsibility for satisfactory performance.
DIVISION 200 - TECHNICAL SPECIFICATIONS


210 - TOILET CLEANING SERVICES
Government Intent: The sites will cleaned and be in acceptable condition before the highest use period which are weekends and consideration will be given to having these sites cleaned to standard after the heavy use has occurred also.
210.1 Clean and Sanitize Toilets
Clean, disinfect, and scrub all toilet covers, seats, and exterior risers and all other washable surfaces with a germicidal detergent. Replace toilet paper as needed and provide a four day supply on existing holders. Floors will be swept and mopped using a disinfectant detergent. Clean off walls, doors, and ceilings with a disinfectant as needed. Dispose of trash. Clean gutters of leaf debris as needed. After cleaning toilet covers, seats, and risers shall be free of human waste and other stains. Walls, floors, ceilings, windows and doors shall be free of dirt and stains. Gutters shall be free of leaf debris. Remove all visible litter within 50'of all areas


210.2 Standards/Process for Flush, Vault and Chemical Toilet Cleaning and Disposal
The contractor SHALL comply with OSHA Standard 1915.88 Sanitation and KY State regulations pertaining to cleaning and maintaining sanitary conditions for public spaces. In addition, when OHSA or KY do not have clear regulations, the contractor shall follow GA Dept of Health Chapter 511-3-6 for Portable Sanitation for Contractors and the following supplements as necessary:
210.2.1 Flush, Vault and Chemical Toilets
• Waste will be removed from units by a Sanitation Service Truck (SST) on a scheduled basis, and removed to an approved location tor disposal
• All units will be cleaned and sanitized on a scheduled basis or more frequently when conditions warrant, and provided with two rolls of paper as necessary.
• All units will contain a service check sheet for SST and a separate check sheet for cleaning to identify the day and time of se1vice.
• All units will be numbered for serviceability.
• All units will contain an anti-freeze solution during winter months.
• Contractor will collect all septic waste materials from portable toilets.
• Portable toilets placed in remote areas will be cleaned, serviced and material re-supplied by the contractor.
• Sanitation Service Truck (SST) operators will sign the SST Service Check Sheet after each unit is serviced.
210.2.2 Latrine waste
• will be removed by SST from latrines, if applicable hauled to an approved location and disposed of for appropriate treatment
210.2.3 Portable Toilet Chemical Solution
• The chemical solution for the portable toilets will be replaced in each uinit after removal of waste.
• If required, a non-freezing chemical solution will be used. Solution must be compatible with Waste Water Treatment Plants.
• The amount of solution used will be in accordance with the manufacturer's recommendation
210.2.4 Periods of Performance/Day of the Week Cleaning Schedule.
• Primary weeks of service are 04/01 - 12/31 each calendar year
• Shutdown/winterize no service needed between 1/1 - 3/31 annually
• Frequency of servicing and cleaning during primary weeks is as follows:

LOCATION TYPE OF BUILDING TYPE OF UNIT Total Units CLEANING FREQ PER WEEK (M-F) DAY(S) OF WEEK
M T W TH FR
Scotts Creek Boat Ramp* building Flush 2 3
Alfrey Ramp* Vault SST 2 3
Billy Branch picnic area* Vault SST 2 3
Warix Ramp Vault SST 2 2
Poppin Rock Ramp Vault SST 2 2
Claylick Ramp Vault SST 2 2
Muskie Bend portalet Chem 2 2
Paragon portalet Chem 2 2
Bangor Ramp portalet Chem 2 2
Longbow Ramp portalet Chem 2 2
Shallow Flats portalet Chem 1 1
Windy Bay portalet Chem 1 1
OHV Trail portalet Chem 2 1
Leatherwood Ramp portalet Chem 2 1
Clear Creek Ramp portalet Chem 1 1
NOTE: * The number of cleaning days for these sites are specified are mandatory
** THE CONTRACTOR SHALL COMPLETE THEIR PROPOSED CLEANING SCHEDULE, HIGHLIGHTED IN YELLOW, FOR INCLUSION IN THE CONTRACT. COMPLETE BY CHECKING THE DAY OF THE WEEK FOR THE LOCATION.


The contractor's completion of this sections is critical in determining the contractor's capacity to perform and their understanding of the requirement. This completion also allows for contractor innovation in scheduling of their assets to meet critical pick up days within the CRL to ensure public health and sanitation. The government may alter the contractor's schedule at no additional cost should, not to exceed the total pickups per week, should DBNF sanitation requirements dictate.


220 - Dumpsters (Refuse and Solid Waste)
Refuse is defined as trash accumulated in dumpster bins, while solid waste includes, but is not limited to, construction scrap (wood and metals), tires and plastics. Bio-medical waste and hazardous material (HAZMAT) waste are not a part of this scope of work.
220.1 Process and Procedures
The contractor SHALL comply with OSHA Standard 1915.88 Sanitation and KY State regulations pertaining to cleaning and maintaining sanitary conditions for public spaces.
220.1.1 Refuse & Solid Waste Section provides scheduled pick-up and disposal of solid waste.
220.1.2 Schedules will be established based on volume of trash produced throughout the course of the work week.
2201.3 Dumpsters will be provided for each contractor designated pick up location.
220.1.4 Vehicles picking up refuse and solid waste will comply with all safety requirements, regulations, and procedures.
220.1.5 The contractor will provide a refuse and solid waste report for each work week showing location and magnitude of service performed.
220.1.6 Disposal of refuse and solid waste will be at designated, approved KY State locations
220.1.7 All operators will maintain a log for trash collected by location that they service.
220.2 Inspection of Government Provided Dumpsters/Containers
The contractor shall inspect all Government provided dumpsters/containers for wear, tear, leakage, and suitability in terms of size for the location. The contractor shall notify the COR should any container require adjustment or replacement. Inspection items should include:
220.2.1 All inspections conducted will be documented on a log
220.2.2 Dumpster inspector will notify the COR in the event of unidentified hazardous materials found. Information to be collected includes:
1. Site location
2. Inspector's Name
3. Dumpster location
4. Date, time
5. Items found
6. Disposition of items
220.2.3 Contractor will not handle explosives or unidentified hazards
220.2.4 Trashcans will be inspected prior to emptying content into dumpsters by opening the lid, visually inspecting contents and identifying any visible hazard.
220.2.5 All hazardous materials will be handled according to Govt and State regulations. .


220.3 Dumpster Location and Pick-up Frequency
The dumpster locations for the contractor's use are as follows:
LOCATION PICK UP FREQUENCY PER WORK WEEK (M-F) DAY(S) OF WEEK
M T W TH FR
Claylick Boat Ramp 1
Scotts Creek Boat Ramp 1
Alfrey Boat Ramp 1
Maintenance Building Twin Knobs 1
KY801 Work Center 1
Twin Knobs Sewage Treatment Plant 1
** THE CONTRACTOR SHALL COMPLETE THEIR PROPOSED PICKUP SCHEDULE, HIGHLIGHTED IN YELLOW, FOR INCLUSION IN THE CONTRACT. COMPLETE BY CHECKING THE DAY OF THE WEEK FOR THE LOCATION.
The contractor's completion of this section is critical in determining the contractor's capacity to perform and their understanding of the requirement. This completion also allows for contractor innovation in scheduling of their assets to meet critical pick up days within the CRL to ensure public health and sanitation. The government may alter the contractor's schedule at no additional cost should, not to exceed the total pickups per week, should DBNF sanitation requirements dictate.
220.4 Contractor Generated Refuse
The contractor shall remove all of their generated waste the same day as performance. Papers, cans, bottles, or other refuse resulting from the Contractor's operations shall be removed from National Forest property daily.
DIVISION 300 - INSPECTION AND ACCEPTANCE
310 - Work Inspection
The government will perform random samples of services performed during each invoice period, with emphasis on the most frequently cleaned areas calculated in the determination of acceptance. Inspections will be to assure that all services have been performed as specified in this contract. If it has been determined that is a critical deficiency (unsafe for public use due to health & safety concerns) rework will be optioned to address the deficiency
320 - Acceptance
All work performed under this contract must meet or exceed technical specifications described in Division 200 unless environmental factors prevent the Contractor from fulfilling the responsibilities of this contract. Such deviations must be approved in advance and documented on an inspection form that will be signed by a Contract Representative. Rework may be required at no further cost to the Government, if specifications are not met.


(ix) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following addenda also apply. Offerors must read and follow these additional instructions to receive consideration:
a. System for Award Management (SAM) Registration
In order to comply with the Debt Collection Improvement Act of 1996, all Contractors must be registered in the
System for Award Management, or SAM (formerly Central Contractor Registration (CCR) and Online
Representations and Certifications Application (ORCA)) prior to award of a Federal Contract. However, due to the need to promptly award a contract after receipt of quotes, registration in SAM, to include completion of the
Representations and Certifications, and having a status of "Active" is required BEFORE submitting an offer. For information regarding registration visit www.sam.gov.
b. Pricing and Certifications
Offerors may utilize Attachment 2 to this solicitation to submit pricing quotations and will complete the following two required certifications: Certification at FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) and the Certification at AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. The offeror must complete the two certifications by reading and checking the appropriate box(es).


(x) The Government intends to make an award to the Lowest Price Technically Acceptable based Price, technical ability, and past performance on the service required by the government. In order to be considered a contractor must provide the following information:
Price
1. SF1149, Request for Quotations with signature and pricing
Technical
2. Outline of technical approach and products necessary to accomplish the services
Past Performance
3. Past Performance - completion of the attached questionnaire


Award will be made to the firm who has represented best value to the government. Price is more important than Technical and Past Performance combined. Intentionally low pricing may result in non-responsive quotes. Failure to provide the information stated will result in a non-responsive quote.


Questions related to this solicitation must be sent in writing to the Contracting Officer, Leslie Hughes at leslie.hughes@usda.gov; alternate Steven Alves at steven.alves@wdc.usda.gov (unavailable 1-9 April)


(xi) Offerors are required to complete the provision at 52.212-3, Offeror Representations and Certifications-
Commercial Items. This must be completed at SAM.gov and the registration in an "Active" status.


(xii) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and addenda are not attached.


(xiii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders
-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition.
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After
Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)"(Public Laws 108-77 and 108-78 (19
U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41
U.S.C. 4704 and 10 U.S.C. 2402).
(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282)
(31 U.S.C. 6101 note).
(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).
(25) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)).
(28) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (31) 52.222-26, Equal Opportunity (Mar 2007)
(E.O. 11246).
(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).
(46) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C.
3332).
(54) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter
67).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph
(d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the
Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
Flow down required in accordance with paragraph (f) of FAR clause 52.222- 40.
(viii) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance,
Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).
(xi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain
Services-Requirements (May 2014) (41 U.S.C. chapter 67).
(xii) 52.222-54, Employment Eligibility Verification (AUG 2013).
(xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10
U.S.C. 2302 Note).
(xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241
(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(xiv) Additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices.


Supplemental Clauses


452.209-71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR
CORPORATE APPLICANTS
(a) This award is subject to the provisions contained in the Agriculture, Rural Development, Food and Drug
Administration, and Related Agencies Appropriations Act, 2012,
P.L. No. 112- 55, Division A, Sections 738 and 739 regarding corporate felony convictions and corporate Federal tax delinquencies. Accordingly, by accepting this award the Contractor acknowledges that it -
(1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and
(2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal or State law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government.


(b) If the awardee fails to comply with these provisions, the NRCS may terminate this contract for default and may recover any funds the awardee has received in violation of sections 738 or 739.


ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PAYMENT PLATFORM (IPP)
Invoices must be submitted electronically through the U.S. Department of the Treasury's Invoice Payment Platform System (IPP) or the Contractor must be willing to accept payment by Government purchase card.
The Contractor must use the IPP website (https://www.ipp.gov) to register, access, and use IPP for submitting invoices. Contractor assistance with enrollment can be obtained by calling (866) 973-3131.


Steven J Alves, Contracting Officer, Phone 8597453157, Email steven.alves@usda.gov - Leslie C. Hughes, Contract Specialist, Phone 859-745-3128, Fax 859-745-4710, Email lesliechughes@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP