Federal Bid

Last Updated on 25 Jun 2019 at 8 AM
Combined Synopsis/Solicitation
Watersmeet Michigan

OTT - Timber Stand Improvement

Solicitation ID 12569R19Q0022
Posted Date 03 May 2019 at 4 PM
Archive Date 25 Jun 2019 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 Watersmeet Michigan United states
OTTAWA NATIONAL FOREST
TIMBER STAND IMPROVEMENT
12569R19Q0022


The Lake States Acquisition Team announces an opportunity to conduct Timber Stand Improvement on the Ottawa National Forest in Gogebic County in the Upper Peninsula of Michigan. It is the intent of this solicitation to secure services to provide canopy gap cleaning on the Watersmeet Ranger District releasing naturally regenerated trees from other unwanted trees and brush as indicated in the attached specifications.


The Contractor shall furnish all labor, equipment, supervision, transportation, supplies and incidentals required to complete the project per the specifications provided and in the timeframe specified for this project.


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, 12569R19Q0022, is issued as a Request for Quotes (RFQ) with requirement to submit technical information (See Solicitation Provisions and Offer Submission Package documents) and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.


This solicitation is a total small business set-aside. The NAICS code is 115310 and small business standard is $7.5M.


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).


The schedule of items includes one Line/Bid Item with four locations. All locations include estimated acres for a total of approximately 145 acres.
(See OFFER SUBMISSION PACKAGE for details)


One or Multiple contracts may be awarded from this solicitation. Contractors are invited to bid on any, or all items on the Schedules located in the Offer Submission Package. If submitting a bid on all items, you may also indicate a minimum or maximum amount you are willing to accept if awarded a contract, or you may indicate that you are willing to accept all items.


Work is scheduled from the date of award acceptance and to be completed by October 31, 2019.


Vendors must be registered in System for Award Management (SAM) prior to receiving a government contract. www.sam.gov


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) past performance; 2) experience/technical capability; 3) use of sustainable products; 4) price.

Offerors must contain:
1) SF 1449 form
2) Offer Submission Package containing:
• Schedule of Items
• FAR 52.209-11 and Annual Representations and Certifications at FAR 52.212-3
• Experience Questionnaire or equivalent information (including sustainable products list)
• Workforce Certification Form


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 [email protected] SUBJ: 12569R19Q0022, or mailed to:

USDA Forest Service
LSAT Contracting
Attn: Annette Caliguri
12569R19Q0022
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, June 3rd, 2019.


Technical Contact is:

Michael Strieter
906-852-3500 or 906-852-4033
[email protected]

 

 

 

Bid Protests Not Available

Similar Past Bids

Watersmeet Michigan 23 Jun 2015 at 4 PM
Watersmeet Michigan 14 Aug 2017 at 6 PM
Watersmeet Michigan 21 May 2018 at 3 PM
Baraga Michigan 25 Apr 2017 at 3 PM
Ottawa West virginia 03 May 2019 at 4 PM

Similar Opportunities

Falls church Virginia 24 Jul 2025 at 7 PM
Ironwood Michigan 29 Jul 2025 at 10 PM
Pennsylvania 28 Jul 2025 at 4 AM (estimated)
Pennsylvania 28 Jul 2025 at 4 AM (estimated)