SOLICITATION NOTICE
F -- Roadside Mowing on Hiawatha National Forest - RFP
- Notice Date
- 8/27/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Eastern Region, 626 E. Wisconsin Ave., Suite 300, Acquisition Management, Milwaukee, Wisconsin, 53202
- ZIP Code
- 53202
- Solicitation Number
- AG-54B0-S-14-0033
- Archive Date
- 9/19/2014
- Point of Contact
- Sydney Smith, Phone: 4142973800
- E-Mail Address
-
sydneynsmith@fs.fed.us
(sydneynsmith@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Solicitation Number AG-54B0-S-14-0033 Description: Roadside Mowing on Hiawatha National Forest 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 an RFP and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-69. This procurement is set aside for Small Businesses. The NAICS code is 561730 and the Small Business Size Standard is $7 million. It is the intent of this contract to secure services for roadside mowing on various forest system roads within the Hiawatha National Forest with equipment capable of performing this type of work. All work under this contract will be located on the West Side of the Forest in the Munising and Rapid River/Manistique Ranger Districts. The Contractor shall furnish all labor, equipment, supervision, transportation, supplies, safety equipment, insurance and incidentals, and comply with these specifications and drawings. Once work starts, the Contractor will work continuously until contract money is exhausted unless otherwise directed by the Engineer. Contractor Acceptance Statement: By submitting the offer, the Contractor agrees to all terms, conditions, and provisions included in the solicitation and agrees to furnish any awarded items at the price set in the schedule unless otherwise excepted as follows: _______________________________________________________________. The following FAR clauses and provisions apply to this solicitation. Those that are incorporated by reference can be viewed in full text at http://farsite.hill.af.mil/ 52.212-1 Instructions to Offerors – Commercial Items (JUL 2013) 52.212-2 Evaluation – Commercial Items (JAN 1999) (a) 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: 1. Past Performance 2. Experience 3. Capability 4. Capacity 5. Price Technical and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications – Commercial Items (AUG 2013) (Offeror must complete this certification online at www.sam.gov or print this clause in full, complete the appropriate blocks, and submit with your offer) 52.212-4 Contract Terms and Conditions – Commercial Items (JUL 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (SEP 2013) Clauses listed in 52.212-5 that apply to this solicitation are included in attachment 52.223-2 -- Affirmative Procurement of Biobased Products Under Service And Construction Contracts. (SEP 2013) (a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless— (1) The product cannot be acquired— (i) Competitively within a time frame providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 3201.3(e)). For example, all USDA-designated items are exempt from the preferred procurement requirement for the following: (i) Spacecraft system and launch support equipment. (ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions. (b) Information about this requirement and these products is available at http://www.biopreferred.gov. (c) In the performance of this contract, the Contractor shall— (1) Report to http://www.sam.gov, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30; and (2) Submit this report no later than— (i) October 31 of each year during contract performance; and (ii) At the end of contract performance. sections 433 or 434. Offers shall be submitted to: Sydney Smith, USDA Forest Service Region 9 Regional Office, Milwaukee, WI, sydneynsmith@fs.fed.us No later than: Thursday, September 4, 2014, 2:00 PM CST Contact Sydney Smith at 414-297-3800 for more information or with questions concerning this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/56A1/AG-54B0-S-14-0033/listing.html)
- Place of Performance
- Address: 8181 Highway 2, Rapid River, Michigan, 49878, United States
- Zip Code: 49878
- Zip Code: 49878
- Record
- SN03483942-W 20140829/140828023118-71c75a0e5a6261f18393ad479de8221b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |