The RFP Database
New business relationships start here

Southern Region Disaster Recovery Support BPA


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

USDA Forest Service - Southern Region Disaster Recovery Support Blanket Purchase Agreements

The USDA Forest Service Southern Region is soliciting for specific services and equipment to be placed on pre-hurricane season blanket purchase agreements (BPA)s. The intent of this solicitation is to award multiple Blanket Purchase Agreements (BPA) for hurricane support services to be performed for the USDA Forest Service, National Forests in Puerto Rico (PR), Texas (TX), Alabama (AL), Mississippi (MS), Louisiana (LA), Florida (FL), and the Oconee National Forest in GA. Awarded Contractors will perform various hurricane support activities per the Statement of Work. Work may include but is not limited to road maintenance and construction; blading of roads; placement of aggregate; culvert cleaning and replacement; tree removal; debris removal; ditch cleaning; trail maintenance and construction; non-living facility construction to include but not limited to parking lots, utilities, campgrounds, sheds, gazeboes, and other small storage units; and equipment rental to include but not limited to excavators, diggers, dozers, and other light or heavy equipment. More generally the services to be included in this suite of BPAs are as follows (see attachment for sample work descriptions):


• HAND CLEARING TYPE WORK (i.e. chainsaws)
• HEAVY CLEARING TYPE WORK (i.e. equipment used to clear paths such as excavators/bulldozers)
• ROAD MAINTENANCE TYPE WORK (i.e. aggregate, blading, culvert clearing)
• ROAD CONSTRUCTION TYPE WORK (i.e. reconstruct roads, bridge replacement, culvert installation)
• NON-FACILITY CONSTRUCTION (i.e. parking lots, utilities, campgrounds)
• NON-LIVING SMALL STRUCTURE CONSTRUCTION (i.e. gazebos, sheds, storage facilities)
• TRAIL MAINTENANCE (i.e. clearing of trails, minor repairs, culvert clearing)
• TRAIL CONSTRUCTION (i.e. construction of trails, installation of culverts, footbridge installment)
• GATE INSTALLATION (i.e. across roads, trails, openings)
• EQUIPMENT RENTAL (i.e. excavators, dozers)
• BUG/ MOSIQUITO CONTROL (i.e. spraying)
• PORTABLE TOILETS AND SERVICES (i.e. rental and servicing)
• AERIAL RECONNAISSANCE (i.e. UAV rental)
• SECURITY SERVICES


The North American Industry Classification System (NAICS) codes associated with this requirement are: 115310 Support Activities for Forestry; 237310 Highway, Street and Bridge Construction; 238290 Other Building Equipment Contractors 325320 - Pesticide and Other Agricultural Chemical Manufacturing; 541320 Landscape Architectural Services; 541330 Engineering Services; 561730 Landscaping Services; 562991 Septic Tank and Related Services; 532490 Other Commercial and Industrial Machinery and Equipment Rental and Leasing; 541370 Surveying and Mapping Services; 561612 Security Guards and Patrol Services; 561990 All Other Support Services.

Pricing Instruction


Contractor(s) shall furnish all labor, equipment, transportation, supervision, supplies and incidentals to perform this work in accordance with terms, specifications, conditions, and provisions of this solicitation.


Prices provided are to be the maximum price a contractor can bid for those items on a call. Fully loaded rates shall include direct costs, indirect costs, overhead or GA, profit, and incidental materials costs. The offeror shall provide firm fixed price labor rates for all applicable labor categories. Labor Hour rates will be evaluated for the price competition; however orders shall be issued as FFP at all times.


Much of the contract work is considered service work and Service Contract Act wage determination and payment procedures will apply to such task orders. There may also be cases where the work is considered construction and the Davis Bacon Act may apply. Specific wage determination adjustments will be applied at the time of call order. This information is included for informational purposes to assist with pricing for call orders where the Service Contract Act or Davis Bacon Act may apply. Wage Determinations shall be included at the order level for the applicable locality. Classification determination for applicable labor furnished under this agreement is the responsibility of the contractor. Proper classifications must be posted at the worksite with the applicable poster when operations are underway. Individual call orders will be updated with the appropriate version for the period of performance being covered under the call order.


Wage Determinations may be required from counties across the Southern Region of the USDA Forest Service. The Southern Region includes the following states: Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, Oklahoma, Puerto Rico, North Carolina, South Carolina, Tennessee, Texas, and Virginia (County list will be included in solicitation).


Award Plan


This procurement is total set-aside for small businesses. Teaming Arrangements and Joint Ventures will be considered for award.


Basis for award is best value. When determining best value, past performance followed by technical capability and experience is more important than price. Past performance, technical capability and experience when combined are more important than price. The forthcoming solicitation is expected to yield multiple BPA awards that will be made based on procedures set forth in the solicitation. The government reserves the right to make partial awards to more than one vendor if deemed necessary. If a vendor would only like to be considered for specific line items they must specify as such in their technical proposal.


Orders issued by the Government will detail the location of the work, the quantity of the work and time for performance. The type of work ordered may vary by call order. The Government anticipates, but does not guarantee, placing orders totaling $10,000,000.00 over the life of the awarded agreements. Each Service Area will be awarded an aggregate $10,000,000.00 value aggrement suite. The period of performance of the BPAs is five (5) years.


Instructions

The estimate for issuance of the solicitation is on or about 7th December 2018.


All questions may be emailed to cjford@fs.fed.us using the subject header Southern Region Disaster Recovery Support BPA Q&A.


1. Submit questions not later than 2:00 p.m. EST on Friday 15th, 2019
2. Questions may be submitted by e-mail.
3. Responses to questions will be addressed at the pre-proposal conference and posted through an amendment not later than 12:00 p.m. EST on Feb 26th, 2019


The attached documents will be included as part of the future solicitation but have been disclosed at this time for reference.


A copy of the solicitation, scope of work and any amendments will be available for downloading from the internet. You can access the solicitations and attachments on Federal Business Opportunities website.


Amendment 0004

The purposes of the subject amendment are to attach the previous Amendment documents for acknowledgement, extend the solicitation period, re-open the vendor question and answer period, and provide call-in information and instructions for the pre-proposal conference calls.


Those interested in participating in the conference calls may use the following information.
USA Toll-Free 888-844-9904
Access Code: 3697996


SCHEDULE (All slots are in Eastern Time and are not mandatory)
2/21/2019
0930-1030 HAND CLEARING TYPE WORK and HEAVY CLEARING TYPE WORK
1100-1200 ROAD MAINTENANCE TYPE WORK and ROAD CONSTRUCTION TYPE WORK
1230-1330 NON-FACILITY CONSTRUCTION and GATE INSTALLATION and NON-LIVING SMALL STRUCTURE CONSTRUCTION
1400-1500 BUG/ MOSIQUITO CONTROL (i.e. spraying)


2/22/2019
0830-0920 SECURITY SERVICES
0930-1030 TRAIL MAINTENANCE and TRAIL CONSTRUCTION
1100-1200 EQUIPMENT RENTAL and PORTABLE TOILETS AND SERVICES
1230-1330 AERIAL RECONNAISSANCE



You may email your proposal documents to me directly at cjford@fs.fed.us. Remember to complete the proposal documents as instructed in the solicitation. Also note that the due date was extended to March 8th, 2019


You may provide pricing for one or more service area categories you would like to be considered for. You can submit a separate completed bid price schedule for each service categories you would like to be considered for by service area.

Amendment 0004

The purposes of the subject amendment are to attach the previous Amendment documents for acknowledgement, extend the solicitation period, re-open the vendor question and answer period, and provide call-in information and instructions for the pre-proposal conference calls.

Those interested in participating in the conference calls may use the following information.


You may email your proposal documents to me directly at cjford@fs.fed.us. Remember to complete the proposal documents as instructed in the solicitation. Also note that the due date was extended to March 8th, 2019

You may provide pricing for one or more service area categories you would like to be considered for. You can submit a separate completed bid price schedule for each service categories you would like to be considered for by service area.


CHRISTOPHER J. FORD, CONTRACT OFFICER , Phone 4043471635, Email cjford@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP