FIRE: Interior Fuel Breaks-Tamarac NWR, Rochert, M

Agency: INTERIOR, DEPARTMENT OF THE
State: Federal
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159351864648279
Posted Date: Apr 25, 2024
Due Date: May 10, 2024
Solicitation No: 140FS224Q0125
Source: Members Only
Follow
FIRE: Interior Fuel Breaks-Tamarac NWR, Rochert, M
Active
Contract Opportunity
Notice ID
140FS224Q0125
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
US FISH AND WILDLIFE SERVICE
Office
FWS, SAT TEAM 2
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 25, 2024 11:08 am EDT
  • Original Date Offers Due: May 10, 2024 07:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F014 - NATURAL RESOURCES/CONSERVATION- TREE THINNING
  • NAICS Code:
    • 115310 - Support Activities for Forestry
  • Place of Performance:
Description
FIRE: Interior Fuel Breaks-Tamarac NWR, Rochert, MN

U.S. Fish and Wildlife Service, Tamarac National Wildlife Refuge (NWR), Rochert, 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 140FS224Q0125. 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-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 fire break creation on Tamarac NWR is as follows:

Tamarac NWR is seeking a qualified contractor to harvest and mechanically treat approximately 2.04 miles (9.88 acres) of new fire break creation at Tamarac National Wildlife Refuge (NWR) located within T141N R39 Sections 12 & 13 and T142N R39 Sections 25 (See attached map). These fuel breaks will be new creations and target overgrown abandoned logging roads where feasible. Work will include the removal of mixed northern hardwood stands comprised of aspen, oak, maple and basswood with a small component of additional tree species within the understory, such as, hazel (Corylus spp.), dogwood (Cornus spp.) and willow (Salix spp.). Firebreak construction locations (see project map) include five separate fuel breaks near three populated areas adjacent to Tamarac NWR: south and west of Tamarac Resort (0.94 miles, 4.6 acres), northeast of Dry Lake (0.46 miles, 2.2 acres), north of Mallard Lake (0.64 miles, 3.1 acres). Ultimately, these fuel breaks through contiguous timber will aid in reducing wildfire spread to adjacent private, county, and tribal lands that are moderately populated and highly recreated. This project will also aid in fire suppression needs in the future, improve tribal access for traditional gathering and cultural ceremonies, and improve emergency access throughout the refuge.

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 (three project areas), and a combined bid for all project areas.

Delivery Address:

Tamarac NWR
35704 County Highway 26
Rochert, MN 56578-9638

The 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, delivery timeframe, and price. Vendors shall identify equipment they plan to use to accomplish the project and include information regarding MN licenses and insurance held. 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 Proposal

The 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.

Delivery Timeframe: vendors must indicate anticipated project completion date NLT September 30, 2024.

Price Proposal

Interested 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, 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 (three project areas), and a combined bid for all project areas. The provisions on pages 12-18 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 certifications, license and insurance information. 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 Alisha Haken (alisha_haken@fws.gov) 218-844-1753 or Wayne Brininger (wayne_brininger@fws.gov) 218-849-9870.

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: 52.204-13, 52.204-18, 52.204-19, 52.217-8, 52.223-2, 52.223-5, 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, 52.225-1, 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 May 10, 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:
Attachment 1: Statement of Work
Attachment 2: Map
Attachment 3: Past Performance/Reference Form
Attachment 4: Wage Determination
Attachments/Links
Contact Information
Contracting Office Address
  • FWS, SAT Team 2 5275 Leesburg Pike
  • Falls Church , VA 22041
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 25, 2024 11:08 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >