Description:
The Lake States Acquisition Team announces an opportunity for Compartment (Common) Stand Exams on the Chequamegon-Nicolet National Forest, Washburn Ranger District in Bayfield County, Wisconsin. The Contractor shall furnish all personnel, materials, equipment, tools, supplies, transportation, supervision and incidentals to perform the services specified in this solicitation. There are 19 compartments grouped into 5 bid items, with approximately 1425 plots covering 9557 acres in 231 stands.
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. 59 Stands, 2196 Acres 334 Plots
2. 29 Stands, 1678 Acres 189 Plots
3. 67 Stands, 2008 Acres 345 Plots
4. 50 Stands, 1471 Acres 250 Plots
5. 55 Stands, 2204 Acres 307 Plots
Specifications 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 multiple firm- fixed price contract(s) will be awarded to the responsive and responsible offeror(s) whose 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, Qualifications and Past Performance, and other technical factors (form provided for your convenience and technical proposal instructions are listed under 52.212-1 Instructions to offerors - Commercial Items);
(2) Completed Schedule of Items, with pricing, & contact information including DUNS #;
(3) Information to define utilization of Biobased Products;
(4) Annual representations and certifications - 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 )
(5) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Annette Caliguri at [email protected]. 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 April 6th, 2017
Offers may be submitted electronically to [email protected], SUBJ: AG-569R-S-17-0020
Or hard copy to:
USDA Forest Service - AG-569R-S-17-0020
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.
Contact Jamie Paterson at 715-373-2667, Ext. 5232 or [email protected] for technical questions concerning this solicitation.
Contact Annette Caliguri at [email protected] or 906-428-5842 with administrative questions.