Skip to main content

An official website of the United States government

You have 2 new alerts

Scion and Cone Collection Services, OREGON

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)
  • Original Published Date: Mar 06, 2024 08:09 am PST
  • Original Date Offers Due: Mar 28, 2024 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 15, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F006 - NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES
  • NAICS Code:
    • 115310 - Support Activities for Forestry
  • Place of Performance:
    Oregon NA , OR
    USA

Description

Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for commercial items 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.

Solicitation no. 140L43240045 has been issued as a Request For Quotation for a firm fixed price commercial items contract for Scion and Cone Collection located on Medford and Roseburg BLM-managed lands, the Sprague Seed Orchard in Merlin, Oregon and in the Tyrrell Seed Orchard in Lorane, Oregon. The scope of work includes See Attached 140L4324Q0045 ¿ Price List_SOW_Clauses_Provisions. The performance period is from date of award through 3/31/2025. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 effective February 23rd, 2024. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition additional information provide in attachments. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following factors shall be used to evaluate quotes: Comparative Evaluation of (1) Price (2) Past Performance. Optional Line Items will be evaluated in accordance with provision 52.212-2. Vendors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition, addendums are located in the attachments. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition see attachments for additional FAR clauses and any additional contract requirement(s) or terms and conditions. This requirement is set-aside for SMALL BUSINESS. The NAICS code is 115310 and the small business size standard is $11.5 Million. The basis of award is the responsible vendor whose quots conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Responses shall be received via email at dfobbs@blm.gov & blm_or_so_952_mail@blm.gov by 3/28/2024 @ 1000 PT.

Contact Information

Contracting Office Address

  • 1220 SW 3RD AVE
  • PORTLAND , OR 97204
  • USA

Primary Point of Contact

  • Fobbs, Denard
  •   dfobbs@blm.gov
  •   Phone Number 0000000000
  •   Fax Number 5038086312

Secondary Point of Contact





History