FIRE/BIL: Tree Removal, Louisville Swamp-MN Valley

expired opportunity(Expired)
From: Federal Government(Federal)
140FS224Q0092

Basic Details

started - 08 Mar, 2024 (1 month ago)

Start Date

08 Mar, 2024 (1 month ago)
due - 29 Mar, 2024 (29 days ago)

Due Date

29 Mar, 2024 (29 days ago)
Bid Notification

Type

Bid Notification
140FS224Q0092

Identifier

140FS224Q0092
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64333)US FISH AND WILDLIFE SERVICE (8783)FWS, SAT TEAM 2 (870)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (8)

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: Tree Removal, Louisville Swamp-MN Valley NWR, Bloomington, MN (up to 245 acres)U.S. Fish and Wildlife Service, Minnesota Valley National Wildlife Refuge (MNV NWR), Bloomington, MN 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 140FS224Q0092. 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) # 2024-02, effective January 22, 2024. The North American Industrial Classification System (NAICS) number is 115310, Support Activities for Forestry-Forest Fire Suppression, 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 tree removal on MNV NWR is as follows:Minnesota Valley NWR/WMD is seeking a qualified contractor to conduct invasive woody removal and habitat enhancement at the Louisville Swamp Unit of MN Valley NWR. The work will restore and enhance oak savanna, oak woodland, native prairie, and rock outcrop habitats. Mechanical removal, chemical treatment, and hand cutting of invasive woody species will be required for successful implementation of this project. Follow-up chemical treatment of regrowth will be required where regrowth occurs. Due to the presence of multiple threatened and endangered species, the sequencing and timing of various aspects of the project will be critical for success. The contractor and USFWS Project Managers must communicate often throughout implementation of this contract. This project will protect sensitive habitats, promote prairie plants, provide habitat for grassland and forest dependent species, and increase prescribed fire efficacy by reducing heavy fuels.This is a non-personal services requirement for mechanical and chemical control of woody invasives of UP TO 245 acres. The Contractor shall provide all personnel, labor, equipment, supplies (e.g. herbicides, surfactant, water, fuel), transportation, tools, materials, supervision, and other non-personal services necessary to perform the requirements of this contract order and shall plan, schedule, coordinate, and ensure effective performance of required services for the entire duration of the contract.Description of Project Areas (Exhibit C):Unit 1: 98 Acres - Foliar and basal bark Herbicide ApplicationUnit 2: 45 Acres - Heavy Brush and small tree (e.g., buckthorn, prickly ash, sumac, and pin oak) removal and follow-up treatmentUnit 3: 89 Acres - Scattered Woody Invasives Control (Chemical and mechanical)Unit 4: 13 Acres - Rock outcrop enhancement (hand cutting and thinning)A complete statement of work and maps are attached.All bids are to be submitted on a "PER ACRE" unit-price basis, a bid for each project area (four project areas), and a combined bid for all project areas.Delivery Address:Minnesota Valley NWR3815 American Blvd EastBloomington, MN 55425-1659The Government intends to issue a firm fixed-price contract as a result of 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, past performance, safety record, quality control, delivery timeframe, and price. Vendors shall identify equipment they plan to use to accomplish the project, include information regarding MN licenses and insurance held, and include information regarding their company safety record. 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 ProposalThe offeror shall provide one (1) copy of the technical proposal. The technical proposal should be prepared simply and economically providing straight forward, concise delineation of capabilities. The information provided shall be factual and complete. Proposals that merely offer to provide services as described in the SOW will not receive further consideration for award.Technical Experience: vendors must exhibit and document that they have successfully completed three similar projects in terms of price, complexity, equipment used, method of mechanical and chemical control, and scope; vendors shall also document certifications, insurance, licenses, etc. that are required by the State of Minnesota to perform such services, if required.Past Performance: vendors must provide three references from past projects. See attached past performance form for more information.Safety Record: vendors must exhibit and document their safety record.Quality Control: vendors must exhibit and document their quality control plan.Delivery Timeframe: vendors must indicate anticipated project completion date NLT August 1, 2026.Price ProposalInterested parties shall submit a price proposal on company letterhead that includes all pertinent point of contact information including point of contact name, email, and phone number, SAM UEI number, business size/type, estimated number people and number of hours/person, and cost/hour for each person taking into account the applicable wage determination, equipment costs, chemical costs, fuel costs, travel costs, mobilization costs, incidental expenses etc. All bids are to be submitted on a ¿PER ACRE¿ unit-price basis, a bid for each project area (four project areas), and a combined bid for all project areas. The provisions on pages 19-24 of the B08 Solicitation Clauses and Provisions and the Past Performance/References form shall also be completed and submitted with the quote. Vendors shall also submit a copy of their quality control plan, certifications, license and insurance information, and safety record. 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 No. as well.The factors listed above will be evaluated equally and considered more important than price during the evaluation phase. Award will be made on a firm-fixed price basis. Due to time constraints, the government anticipates awarding this order based on initial proposals. Contractors are strongly encouraged to propose their 'best and final' pricing with the initial proposal.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. If the contractor would like a site visit prior to submitting a bid (strongly recommended) for this project, please contact Jacob Randa (Jacob_Randa@fws.gov, 612-757-9781) or Dan Paulson (Daniel_Paulson@fws.gov, 612-505-4258).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, past experience, quality control plan, 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: 52.202-1, 52.203-3, 52.203-12, 52.203-17, 52.204-4, 52.204-13, 52.204-18, 52.204-19, 52.204-21, 52.217-8, 52.223-2, 52.223-5, 52.223-17, 52.226-1, 52.228-5, 52.232-1, 52.232-8, 52.232-11, 52.232-16, 52.237-2, 52.242-13, 52.243-1 Alt. 1, 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, 52.223-152.237-1, 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: 52.203-6, 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, 52.219-8, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-44, 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 clause 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.Offers must be received by 7 pm ET March 29, 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:Exhibit A-Statement of Work (attachments 1 & 2)Exhibit B-Area Map (attachment 3)Exhibit C-Unit Maps (attachments 4 & 5)Past Performance/Reference Form (attachment 7)Solicitation Clauses and ProvisionsWage Determination (attachment 6)

FWS, SAT Team 2 5275 Leesburg Pike  Falls Church , VA 22041  USALocation

Office Address : FWS, SAT Team 2 5275 Leesburg Pike Falls Church , VA 22041 USA

Country : United StatesState : VirginiaCity : Falls Church

Classification

naicsCode 115310Support Activities for Forestry
pscCode F014Tree Thinning Services