Federal Bid

Last Updated on 16 Jun 2017 at 5 PM
Combined Synopsis/Solicitation
Manistee Michigan

HM - Savannah IDIQ

Solicitation ID AG-569R-S-17-0023
Posted Date 21 Mar 2017 at 1 PM
Archive Date 16 Jun 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Forest Service
Agency Department Of Agriculture
Location Manistee Michigan United states
Solicitation Number AG-569R-S-17-0023
Huron Manistee National Forest Savanna IDIQ

Amendment 0001 is to clarify that example operating periods in Section C are ONLY examples.  Final operating periods will be determined upon award.

The Lake States Acquisition Team announces an opportunity to conduct Forestry Services on the Huron Manistee National Forest in Michigan. It is the intent of this contract to secure services to improve savannas within the Baldwin/White Cloud Ranger District by reducing tree and shrub cover using a combination of mechanical equipment, hand tools, and/or herbicides, and increasing cover of native wildflowers and grasses by mechanical site preparation and seeding with Michigan native savanna seed mixes in accordance with the technical specifications set forth in this solicitation. The Contractor shall furnish all labor, equipment, supervision, transportation, supplies and incidentals required to complete the project per specification provided and in the timeframe specified for this project.

One or multiple - (3) three year Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts will be awarded from this solicitation.


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 with requirement to submit a Technical Proposal. The documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.


This procurement is a total small business set-aside. The NAICS code is 115112 and the Small Business Size Standard is $7.5M.


Schedule of Items:
                         Estimated
Item Description Quantity Unit

1.  Mechanical, manual, and/or 25 Acre
Chemical removal of trees
And shrubs
2.  Mechanical site preparation 10 Acre
3.  Till and Seed                       20 Acre
4.  Produce Michigan native     145 Lbs
Savanna seed mix

Optional Item:
1 Produce Michigan native       Per Pound
Savanna seed mix

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


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.


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.


Notification of award will be issued on or about April 17, 2017. The contract period is for (3) three years after the date of award.


The following factors shall be used to evaluate offers:

1. Experience/Capability
2. Past Performance
3. Safety
5. Sustainability/Biobased product utilization
6. Price

See Combined Synopsis-Solicitation for detailed specifications and additional information.

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.

Award will be made on a Best Value basis. Each offer/technical proposal shall contain sufficient information to enable a thorough evaluation.
The Government may issue an order(s) 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 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:

(1) Completed SF 1449 form to include offerors name, address, phone number, e-mail address, and Duns number;
(1) Experience and Past Performance, Plan of Action (work plan), Safety Plan, Equipment and Employee availability/reliability, defining non-price evaluation factors and elements described under FAR 52.212-2 Evaluation- commercial Items (An experience questionnaire form is provided in Attachment 1);
(2) Biobased Information to define any utilization of Biobased Products;
(3) Completed Schedule of Items;
(4) Annual representations and certifications - if not active in SAM, Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer;
(5) 52.209-7 Information Regarding Responsibility Matters & 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law;
(6) Workforce Certification indicating use of migrant and seasonal workers

All offers must be received by 4:30 EST on April 13, 2017

Please submit one complete copy of the above information to:
USDA Forest Service - AG-569R-S-17-0023
Annette Caliguri, LSAT Contracting Officer
820 Rains Drive
Gladstone, MI 49837

Offers may be submitted electronically to [email protected], SUBJ: AG-569R-S-17-0023

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.

Bid Protests Not Available

Similar Past Bids

Manistee Michigan 20 Mar 2014 at 1 PM
Manistee Michigan 20 Apr 2018 at 6 PM
Manistee Michigan 19 Apr 2019 at 11 AM
Manistee Michigan 20 Mar 2017 at 7 PM
Manistee Michigan 19 May 2015 at 10 AM

Similar Opportunities

Savannah New york 31 Jul 2025 at 4 AM (estimated)
Pennsylvania 11 Jul 2025 at 6 PM
Olympia Washington 11 Jul 2025 at 10 PM
Washington navy yard District of columbia 30 Oct 2025 at 4 AM (estimated)