Federal Bid

Last Updated on 20 Aug 2016 at 8 AM
Combined Synopsis/Solicitation
Ottawa West virginia

OTT - Timber Stand Improvement

Solicitation ID AG-569R-S-16-0038
Posted Date 01 Jul 2016 at 12 PM
Archive Date 20 Aug 2016 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 Ottawa West virginia United states
The Lakes States Acquisition Team announces an opportunity for Timber Stand Improvement Services on the Ottawa National Forest in Michigan. It is the intent of this contract to secure services for release of natural and planted trees from competing vegetation and allow increased sunlight to reach the seedlings and less competition for the seed trees; thus allowing them to grow faster and afford them better survival and health. This will require cutting down of small trees and brush that are shading or competing with the trees according to specifications described in the below specifications and attachments. The contractor shall progressively accomplish the work at a rate that will result in completion of the contract within the time specified. The requirements shall be accomplished using hand or power tools, whichever the contractor desires as long as the desired results are achieved. The Contractor shall furnish all labor, equipment, supervision, transportation, supplies and incidentals.

All Units are on the Ottawa National Forest Districts of Bergland, Bessemer, Iron River, Kenton, and Watersmeet in Gogebic and Iron Counties in Michigan.

Offerors are urged to inspect the Bid Item and work areas prior to submission of a proposal. It is impossible to fully describe the areas, work problems, and other conditions that may be factors in submitting an offer. Only by physical inspection can the prospective bidder be assured of the existing conditions. Arrangements for inspection can be made by contacting the appropriate Ranger District office.

One or more contract(s) may be awarded to responsive and responsible offeror(s) as a best value to the government. Offerors information should include price, technical capabilities and sufficient information to determine that the work can be completed on time.

This is a combined synopsis/solicitation for commercial services 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 Request for Quote (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-88.

This procurement is a total small-business set aside. The NAICS code is 115310 and the Small Business Size Standard is $7.5 mil.

Vendors must be registered in the Systems for Award Management (SAM) at http://www.sam.gov prior to receiving a government contract. Failure to provide current SAM registration information may be cause for an offer to be eliminated from evaluation.

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.

SCHEDULE OF ITEMS
TIMBER STAND IMPROVEMENT
OTTAWA NATIONAL FOREST
Bessemer, Bergland, Kenton, Iron River and Watersmeet Ranger Districts

Notification of award will be issued on or about August 5th, 2016. The contract period will be from contract acceptance through July 31, 2017. No extensions will be granted due to inclement weather and/or effects on accessibility.

Prospective Contractors may quote on any or all items.


Item Estimated
No. Services Quantity Unit

Cleaning Northern Hardwood
Canopy Gaps (White Pine/Hemlock Emphasis):

1. Canopy Gaps for Hemlock/White Pine 36 Acres
Blueberry West #02

Total: 36 Acres


Item Estimated
No. Services Quantity Unit

Cleaning Northern Hardwood
Canopy Gaps (Hardwood Emphasis):

2. Canopy Gaps for Hardwood 30 Acres
Maisey #04
Canopy Gaps for Hardwood     44 Acres
Maisey #05
Canopy Gaps for Hardwood     21 Acres
Maisey #03
Canopy Gaps for Hardwood     36 Acres
Maisey #02
Canopy Gaps for Hardwood     44 Acres
Gogebic Maple #06
Canopy Gaps for Hardwood     38 Acres
Gogebic Maple #03
Canopy Gaps for Hardwood     57 Acres
Gogebic Maple #04
Canopy Gaps for Hardwood     49 Acres
Border #08
Canopy Gaps for Hardwood     28 Acres
Border #07
Canopy Gaps for Hardwood     45 Acres
Sawbuck #08
Canopy Gaps for Hardwood     30 Acres
Sawbuck #01
Canopy Gaps for Hardwood     37 Acres
Sawbuck #02
Canopy Gaps for Hardwood     30 Acres
ReAd Splake #08

Total: 489 Acres


The following factors shall be used to evaluate offers:
A) Qualifications and experience;
B) Capacity to accomplish the project in the required time. (Identify resources to be dedicated to this project);
C) Past Performance in terms of cost control, quality of work, and delivery schedules;
D) Quality Assurance and Safety Plans
E) List of bio-based products to be used for this project (if applicable)
F) Price and overall cost to the government.

See AG-569R-S-16-0038 Combined Synopsis-Solicitation for further requirements 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 so please check back 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 modifications. 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(s) will be made on a Best Value basis and offers at a minimum, shall contain the items described in this solicitation. Each offer shall contain sufficient information to enable a thorough evaluation.

The Government may issue an order 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 Experience and Past Performance Questionnaire since an order may be issued on the basis of information received, without further discussion.

All offers must submit the following:
(1) Completed Schedule of Items, with pricing and contact information;
(2) MSPA and FLC Workforce Certification;
(3) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; and
(4) If annual representations and certifications are not active in SAM, Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The offeror shall complete paragraphs (c) through (q) of this provision.
(5) Experience Questionnaire with technical information or a technical proposal with information requested in the evaluation criteria


All offers must be received by 1:00 pm EST on August 1, 2016.

Please submit one complete copy of the above information to:
USDA Forest Service - AG-569R-S-16-0038
Annette Caliguri, LSAT Contracting Officer
820 Rains Drive
Gladstone, MI 49837


Offers may be submitted electronically to [email protected], SUBJ: AG-569R-S-16-0038
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.

Contact Annette Caliguri at [email protected] or (906) 428-5842 with administrative questions concerning this solicitation.

Contact Jason Bramstadt at [email protected] or (906) 358-4043 for more information on technical questions concerning this solicitation.

Bid Protests Not Available

Similar Past Bids

Ottawa West virginia 13 Jul 2016 at 11 AM
Ottawa West virginia 21 Apr 2017 at 11 AM
Ottawa West virginia 12 Jun 2014 at 3 PM
Ottawa West virginia 03 May 2019 at 4 PM
Ottawa West virginia 19 May 2014 at 6 PM

Similar Opportunities

New jersey 09 Jul 2025 at 10 PM
Falls church Virginia 09 Jul 2025 at 9 PM
Pennsylvania 28 Jul 2025 at 4 AM (estimated)
Pennsylvania 28 Jul 2025 at 4 AM (estimated)
Falls church Virginia 09 Jul 2025 at 9 PM