REDW- Tree Thinning & Stacking
AMENDMENT: EXTEND CLOSE DATE FOR QUOTES FROm 8/16/2019 TO 8/27/2019 AT 5:00 PST. A SITE VISIT HAS BEEN ORGANIZED TO THE MID-BASIN SITE FOR THURSDAY AUGUST 22, 2019, AT 9:00 AM PACIFIC TIME: MINIMUM FI... AMENDMENT: EXTEND CLOSE DATE FOR QUOTES FROm 8/16/2019 TO 8/27/2019 AT 5:00 PST. A SITE VISIT HAS BEEN ORGANIZED TO THE MID-BASIN SITE FOR THURSDAY AUGUST 22, 2019, AT 9:00 AM PACIFIC TIME: MINIMUM FIELD ATTIRE INCLUDES HARD HAT, VIBRAM SOLED SHOES AND LONG PANTS FOR WALKING OVER UNEVEN GROUND IN THE BACKCOUNTRY SETTING. SITE VISIT SHOULD LAST APPROXIMATELY 4 HOURS. CONTRACTORS ARE REQUIRED TO REGISTER FOR THE SITE VISIT A MINIMUM OF 3 BUSINESS DAYS IN ADVAANCE BY CONTACTING JOHN McCLELLAND, 707-465-7732, OR CELL 707-845-7302 OR BY EMAIL john_mcclelland@nps.gov. PARTICIPANTS WILL MEET AT THE SOUTH OPERATIONS CENTER PARKING LOT, 121200 U.S.HWY 101, ORICK, CA 95555. Amendment 001 to combined synopsis/solicitation to extend close date for quotes from 8/12/2019 to 8/16/2019 5:00 PM Pacific Time. Adding 2 attachments with photos of Line item 1 and 3: PHOTOS:Line 3 Mid-Basin Southwest site, 6 photos. PHOTOS:Line 1 Mid-Basin Northeast site, 13 photos. This is a combined synopsis/solicitation for the acquisition for tree thinning encroaching Douglas Fir and Tanoak trees, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2019-03 (effective 7/12/2019). It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisition.gov/browse/index/far. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8419Q0090, and the solicitation is issued as a Request for Quotation (RFQ). The North American Industrial Classifications System (NAICS) code is 115310 Support Activities for Forestry, with an associated small business standard of 7.5 million. This solicitation for a service, is a 100% total small business set-aside, and will result in a firm fixed price contract to a single vendor/contractor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. 1 - DESCRIPTION. The National Park Service, Redwood National & State Parks, located in Humboldt County, California, has a requirement for the service of cutting and stacking Douglas Fir and Tanoak trees in 14.60 acres in the Bald Hills, Coyote Creek drainage. The physical address of the Park is 1111 Second Street, Crescent City, CA 95531. This project will include cutting and stockpiling trees as per the specifications in Statement of Work, and terms & conditions provided. Work can begin a half hour after sunrise and must end an hour before sunset, Monday through Friday. No work will be accomplished on weekends or observed national holidays without prior approval from the Contracting Officer. All work will be coordinated through the Park's representative to be determined. 1.1 - BASIC REQUIREMENT. The purpose of this project is to reduce the threat presented by the presence of DF and tanoak in the oak woodland and grassland habitat. The project need is to preserve the dominance of the Oregon white oak woodland and grassland vegetation types in the Mid-Basin prescribed burn unit. There are three separate work sites within the Mid-Basin project. The northeast site is 6.29 acres, the central site is 3.6 acres and the southwest site is 4.5 acres. The total project acreage is estimated at 14.60 acres. Within all three work sites, the oak woodlands are being encroached predominantly by DF in densities that range from 25 to 200 trees per acre. Most trees to be treated are between 2 and 14 inches dbh size class. 1.3 - SPECIFICATIONS. See Attachment Statement of Work 1.4 - LOCATION LIST. From the town of Orick, CA in Humboldt County, the contractor will travel Bald Hills road for approximately 18 miles to the Lyons Ranch trailhead. The contractor will enter the Lyons Ranch road via gate key or combination lock and turn left onto Long Ridge road and drive approximately .75 miles to the intersection with Ranch road (on right at Long Ridge Barn), drive past barn to project site (1.10 miles (top of project). Vehicles will either park on the road shoulder or at a designated location nearby. 1.5 Site Map, 2 pages attached 2 - PERFORMANCE PERIOD. Work at the project site will begin after September 16, 2019 and go no later than September 30, 2020, unless approved by the NPS Contracting Officer. Work can begin a half hour after sunrise and must end an hour before sunset. 3 - PRICE SCHEDULE. The Quoter shall factor the lump sum price to include all labor, tools, equipment, materials, mobilization-in, mobilization-out, permit(s), overhead and profit (applicable to prime contractor subcontractor) necessary for completing all work. All work shall be performed in accordance with these terms and conditions. Quoter shall submit a price for the complete project. Failure to do so may render the quote ineligible for further consideration. BASIC REQUIREMENT. Line Item 1 comprise the basic requirement for the 3 sites, total estimate 14.60 acres. The government anticipates work between September 16, 2019 and September 30, 2020. BASIC REQUIREMENT Line Item Base Location Name Acre $/Acre Price 1 Base Northeast Site 6.29 $ 2 Base Central Site 3.6 $ 3 Base Southwest Site 4.5 $ Total (14.60 acres): $ 5 - INSPECTION/ACCEPTANCE AND QUALITY CONTROL. The Contracting Officer will delegate inspection and acceptance to the Contracting Officer's Representative (COR), who will review segments of work completed, review invoices, perform partial and final inspections, and will be responsible for documenting Government's acceptance of the work as 100% complete. Final payment shall not be made prior to COR's written final inspection, documenting date of acceptance indicating 100% completion. Payments will only be made for actual work completed as approved by the COR. 6 - CLAUSES & PROVISIONS. CLAUSES (apply to awarded contract): 52.252-2, Contract Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov/far. 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017); 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019), with all paragraph (a) clauses incorporated; paragraph (b) clauses as follows: X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). X (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). X (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d) (2) and (3)). X (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). X (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (2) 52.222-22, Previous Contracts and Compliance Reports (Apr 2015). X (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). X (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014). X (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). X (49) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) X (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332); X 52.222-41, Service Contract Labor Standards (See Wage Determination 2015-5673 (Rev. 7) at http://www.wdol.gov.sca.aspx X 52.222-42, Statement of Equivalent Rates for Federal Hires Employee Class Monetary Wage-Fringe Benefits WG3502-05 Laborer $19.15, $1.56 WL3502-05 Crew Leader $21.05, $1.61 X 52.222-55, Minimum Wages under Executive Order 13658 X 52.222-62, Paid Sick Leave under Executive Order 13706 E.O. 13706 No paragraph (c) clauses incorporated; all paragraph (d) clauses incorporated; all paragraph (e) clauses incorporated. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - Invoice Processing Platform (IPP) (April 2013). Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (www.ipp.gov). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions- Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: vendor's standard invoice, including the following elements: 1) Name and address of the contractor, 2) Invoice date and invoice number, 3) Contract/purchase order number, 4) The description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed, 5) Period of Service for services rendered, 6) Name (where practicable), title, phone number, and mailing address of person to notify in the event of an improper invoice. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. This action is for the federal government and is exempt from state and local sales tax (Tax Exempt ID #140001849). PROVISIONS (apply to this solicitation): 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far. 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Jan 2017); 52.204-7, System for Award Management (Oct 2018) - Offerors must be actively registered in the SAM.gov on-line database, at website address www.sam.gov. Active registration means that at time of award registration status in SAM reads "active"; 52.204-13, System for Award Management Maintenance (Oct 20 I 8); 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.204-17 Ownership or Control of Offeror (Nov 2014) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.204-20 Predecessor of Offeror. (Apr 2016). 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.242-15, Stop Work Order (Aug 1989); 52.242-17, Government Delay of Work (Apr 1984); 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018); 52.212-2, Evaluation-Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price; (ii) past performance. Evaluation factors other than price, when combined, are approximately equal to price. For the purpose of price evaluation, the Government will consider the lowest unit price per acre. The Government reserves the right to adjust the total acres ordered based on availability of funding at the time of award. Quote MUST be good for 30 calendar days after close of this solicitation. The government reserves the right to make award without discussions. The government reserves the right to cancel this solicitation. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2018), with quote, or have completed the reps/certs section in their SAM.gov registration; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications (Aug 2018). 7 - QUESTIONS REGARDING THIS REQUEST FOR QUOTE. Questions must be received in writing no later than five (5) calendar days prior to quotation due date shown in the latest amendment. Questions and/or comments received after this time may or may not be addressed prior to the solicitation closing date. Send email question(s) to Loren_Thomas@nps.gov, and reference the solicitation number in the subject line of the email, e.g., "140P8419Q0090/QUESTION." 8 - WHAT TO SUBMIT - CONTENTS OF QUOTE. 8.1 - Standard Form 18 (SF-18), Request for Quotations: Complete blocks 13 through 16 on the first page. An official having the authority to contractually bind the offeror's company must sign the SF-18 in accordance with the procedures prescribed in FAR 4.102; 8.2 - Fill in prices on the price schedule in section 4; 8.3 - Acknowledge any amendments issued (if issued, these will be on Standard Form 30); 8.4 - Provide your legal business name, 9 digit numeric DUNS number, point of contact name, phone number, and email address (the DUNS number will be verified in the SAM.gov database including reps/certs - - refer back to clauses 52.204-7 and 52.212-3 above); 8.5 - Submit either the filled out reps/certs provision 52.212-3 manually or have completed reps/certs in SAM.gov. NOTE: In accordance with the clause 52.219-28 (as incorporated by reference in Section 6 above), if the Offeror does not have a representation in SAM for the NAICS code applicable to this solicitation, the Offeror may be required to complete a rerepresentation and submit to the Contracting Officer prior to award, so that the Contracting Officer can verify Offeror's small business size status for NAICS 115310 as part of responsiveness; 8.6 - Provide at least three but no more than five professional references of customers/clients for which you have performed the same or similar type of concrete supply/delivery during the past three years. Include for each reference the customer/client's company name and address, point of contact name, phone number, email address (if available), brief description of the service provided, period of performance dates, and job/project value. 9 - HOW AND WHEN TO SUBMIT QUOTE. Quotations shall only be accepted through electronic mail addressed to: Lyn_Giddings@nps.gov Include the Request for Quotation number (140P8419Q0090) in the subject line of your email. All quotation documents required by this solicitation must be uploaded and received in their entirety no later than August 12, 2019 at 5:00pm Pacific Time. Quotations submitted by hardcopy or the Fed Connect web portal or Fed Connect Message Center shall not be accepted or considered. It is the responsibility of the contractor to verify receipt by the Purchasing Agent, Lyn Giddings, before the closing date/time of the RFQ. The Purchasing Agent can be reached at (707) 465-7316 or Lyn_Giddings@nps.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »