Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:12569R19Q0005
The Lake States Acquisition Team announces an opportunity for a Large Woody Debris Placement project in the Au Sable River, on the Huron Manistee National Forest in Mio, Michigan. Services will consis...
The Lake States Acquisition Team announces an opportunity for a Large Woody Debris Placement project in the Au Sable River, on the Huron Manistee National Forest in Mio, Michigan. Services will consist of placement and anchoring of approximately 267 trees of various species at 86 sites in a stretch of the Au Sable River to act as fish structures. This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. This solicitation, 12569R19Q0005, is issued as a Request for Quotes (RFQ) and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. This solicitation is a total small business set-aside. The NAICS code is 115310 and small business standard is $7.5M. Contract line items are listed in the Schedule of Items of the solicitation document and consist of two line items. One contract will be awarded to include both line items. Contractor will be responsible for all labor, supervision, and equipment necessary to complete this project according to the attached specification within the required contract time. ITEM DESCRIPTION QUANTITY 1 Cut trees on river bank 267 2 Place and anchor the trees 267 In the river Work is scheduled from the Tuesday after Labor Day (Sept 3, 2019) to April 15, 2020, due to cutting restrictions, and will resume Sept 8, 2020 to Sept 30, 2020 at the end of which all structures will be completed. The provisions at 52.212-1 Instructions to Offerors - Commercial Items, and 52.212-2 Evaluation - Commercial Items; and clauses 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are incorporated in the attached solicitation and apply to the resulting contract(s). If annual representations and certifications are not active in SAM, offerors shall include a completed copy of the provisions at 52.212-3 Offeror Representations and Certifications - Commercial Items with their offer. Clauses and provisions incorporated by reference can be viewed in full text at https://www.acquisition.gov/far. The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect to not award. If necessary, the Government may conduct discussions with any or all offerors. The Experience Questionnaire is optional but the information requested on this form must be submitted in another format if the questionnaire is not submitted. Award will be made on a Best Value basis and offers shall at a minimum contain the items requested below. Offers will be evaluated on 1) experience/technical capability, 2) past performance, 3) use of sustainable products, 4) price. Offerors must submit: 1) SF 1449 form 2) Annual Representations and Certifications at FAR 52.212-3 3) Experience Questionnaire or equivalent information (including sustainable products list) 4) Workforce Certification Form Items 2 through 4 can be found in the "Offer Submission Package" pages of the solicitation document (pages 18 through 39). Vendors must be registered in System for Award Management (SAM) prior to receiving a government contract. www.sam.gov All invoices must be submitted via the electronic Invoice Processing Platform (IPP). This is a mandatory requirement initiated by the U.S. Department of Treasury. For more information see website, https://www.ipp.gov/index.htm. Please ensure that your company has registered for an account at https://www.ipp.gov/vendors/enrollment-vendors.htm. 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. Offers may be hand delivered, e-mailed to acaliguri@fs.fed.us SUBJ: 12569R19Q0005, or mailed to: USDA Forest Service LSAT Contracting Attn: Annette Caliguri 12569R19Q0005 820 Rains Drive Gladstone, MI 49837 No facsimile offers will be considered and incomplete offers will not be accepted. All offers must be received by 1:00 pm EST, March 28, 2019. Technical Contact is Dana Smith at 989-826-3532 Ext. 3323 or danalsmith@fs.fed.us