FIRE/BIL: Hazardous Fuels Reduction/Firebreak Main

expired opportunity(Expired)
From: Federal Government(Federal)
140FS224Q0103

Basic Details

started - 22 Mar, 2024 (1 month ago)

Start Date

22 Mar, 2024 (1 month ago)
due - 12 Apr, 2024 (15 days ago)

Due Date

12 Apr, 2024 (15 days ago)
Bid Notification

Type

Bid Notification
140FS224Q0103

Identifier

140FS224Q0103
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

FIRE/BIL: Hazardous Fuels Reduction/Firebreak Maintenance, Blackjack Unit of Aransas NWRC, Austwell, TX U.S. Fish and Wildlife Service, Aransas National Wildlife Refuge Complex (NWRC), Austwell, TX has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice). This posting will be referred to under Request for Quotation (RFQ) Number 140FS224Q0103. This announcement constitutes the only solicitation. A written solicitation will not be issued. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) # 2024-03, effective February 23, 2024. The North American Industrial Classification System (NAICS) number is 115310, Support Activities for Forestry, and the business size standard is $34 million. This requirement is a Total
Set-Aside for Small Business. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis. The government anticipates awarding a firm fixed price purchase order for this requirement. FWS' salient characteristics that will satisfy the Government's needs for its requirement of hazardous fuels reduction-mulching is as follows: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform mechanical clearing of approximately 243 acres on the Aransas National Wildlife Refuge as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in the attached performance work statement. The minimum standard for this treatment will be a minimum of 40-foot wide improvement from the current disk lines that are in place. All of these lines are current firebreaks and will be easily identified. Mulching down to ground level is the preferred result. The woody material in these units is mainly 12-inch diameter or less but does have larger trees within the unit. 100% of all woody vegetation will be removed. Delivery Address: Aransas/Matagorda Island NWRC PO Box 100 Austwell, TX 77950-0100 All responsible small business sources may submit a quote, which shall be considered by the agency. Award will be made as a firm-fixed-price contract. An award will be made from this combined synopsis/solicitation to the company that submits a proposal that conforms to the technical specifications, and who, based on the decision of the government, offers the best value to include technical experience, technical approach, past performance, delivery timeframe, and price. The Government reserves the right to award a contract to any other than the lowest priced offer if, in its judgment, the technical superiority outweighs the cost difference. Technical Experience: vendors must exhibit and document that they have successfully completed three similar projects in terms of price, complexity, and scope. Technical Approach: vendors must exhibit and document how they will successfully complete this project; vendors should identify personnel, equipment, licenses, tools, etc. they anticipate using. Past Performance: vendors must provide three references from past projects. See attached past performance form for more information. Delivery Timeframe: vendors must indicate anticipated project completion date. Vendors interested in submitting a proposal are highly encouraged to attend a pre-bid site visit with the FWS Project Team where services are to be performed to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event, shall failure to inspect the site constitute grounds for a claim after contract award. The government will not pay for any costs associated with attending a site visit. A site visit can be arranged by contacting Scott Affeldt at 956-330-7311 / scott_affeldt@fws.gov. Offerors must comply with all instructions contained Internet Payment Platform (IPP) DOI Electronic Invoicing, GS0339 Green Acquisition, and in FAR 52.212-1, Instructions to Offerors - Commercial Items. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. A best value determination will be made and the evaluation factors are technical experience, technical approach, past experience, delivery timeframe, and price. The clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Also included in this acquisition are the following clauses: 52.204-13, 52.204-18, 52.204-19, 52.217-8, 52.223-2, 52.223-17, 52.237-2, 52.247-34, 52.252-2, 52.252-4, and 52.252-6. In addition, the following provisions are included in this acquisition: 52.204-7, 52.204-16, 52.204-22, 52.204-24, 52.204-26, 52.204-29, 52.212-3, 52.219-1, 52.223-1, 52.237-1, 52.252-1, 52.252-3, 52.252-5. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and Commercial Services applies to this acquisition, no addenda applies. Additional FAR clauses cited in this clause applicable to this acquisition are: 52.203-19, 52.204-10, 52.204-23, 52.204-25, 52.204-27, 52.204-30, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.232-40, 52.233-3, 52.233-4. The full text of any solicitation provision or clauses referenced herein may be accessed electronically at http://acquisition.gov/far/. In order to have a quote considered, quoting vendors must be listed on the SAM.gov website (https://sam.gov) as an active vendor, and must have completed the on-line representations and certifications in SAM.gov by the closing date of this solicitation. Quotes received from firms not actively registered in SAM.gov by the closing date of the solicitation will not be considered. Please submit your quote on company letterhead with all pertinent point of contact information including point of contact name, email, and phone number, SAM UEI number, and business size/type. In addition, your quote should provide price per acre, total price, delivery date, and FOB Destination. Items to include in pricing include but are not limited to: number of people, hours/person, cost/hour for each person taking into account the applicable wage determination, equipment costs, fuel costs, travel costs, mobilization costs, and incidental expenses. The provisions on pages 12-17 of the B08 Solicitation Clauses and Provisions and the Past Performance/References form shall also be completed and submitted with the quote. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA contract number as well. Offers must be received by 7 pm ET April 12, 2024. Offers received after this date and time will be considered non responsive in accordance with 52.212-1(f) and will not be evaluated. Offers shall be e-mailed to the attention of: darla_freyholtzballard@fws.gov. All questions regarding the subject combined synopsis/solicitation shall be directed to the attention of Darla Freyholtz Ballard at 701-339-3829 or darla_freyholtzballard@fws.gov. Attachments: Solicitation Clauses and Provisions Attachment 1: Performance Work Statement Attachment 2: Map-Directions to Refuge Attachment 3: Maps-Firebreak Units Attachment 4: Past Performance/Reference Form Attachment 5: Wage Determination

Falls Church, VA, 22041, USALocation

Place Of Performance : Falls Church, VA, 22041, USA

Country : United StatesState : Virginia

You may also like

Fire Fuels Reduction and Vegetation Management Services

Due: 31 May, 2025 (in 13 months)Agency: Statewide Contracts

BIL HOLLOWFIELD CANYON MANUAL FUELS REDUCTION, TOTAL 273 ACRES

Due: 30 Nov, 2024 (in 7 months)Agency: BUREAU OF LAND MANAGEMENT

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 115310
Classification CodeCode F006