Skip to main content

An official website of the United States government

You have 2 new alerts

F--Aerial Phrag Spraying, Coastal North Carolina NWR

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: Solicitation (Updated)
  • Updated Published Date: Jun 14, 2023 10:53 am EDT
  • Original Published Date: Jun 09, 2023 10:39 am EDT
  • Updated Date Offers Due: Jun 26, 2023 02:00 pm EDT
  • Original Date Offers Due: Jun 26, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 11, 2023
  • Original Inactive Date: Jul 11, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: F014 - NATURAL RESOURCES/CONSERVATION- TREE THINNING
  • NAICS Code:
    • 115310 - Support Activities for Forestry
  • Place of Performance:

Description

This is a combined synopsis/solicitation for commercial items 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.

Solicitation 140FS323R0006 is issued as a request for quotation (RFQ). The anticipated award date is within 10 days after the close of this announcement.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number: 2022-06, Effective Date: 05/26/2022.

This requirement is being solicited as a 100% Small Business Set-Aside. The applicable North American Classification System (NAICS) code is 115310 Support Activities for Forestry. The small business size standard is $34 Million.

The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation in accordance with FAR 13& 13.

Line-Item Description(s):
Support Activities for Forestry (Refer to Scope of Work for details)

Period of Performance:
Base: Contract Award- May 14, 2024
Option Year 1: May 15, 2024- May 14, 2025
Option Year 2: May 15, 2025- May 14, 2026
Option Year 3: May 15, 2026- May 14, 2027
Option Year 4: May 15, 2027- May 14, 2028

Location of Work: (Refer to SOW and Appendix A for details)

Alligator River National Wildlife Refuge
Pea Island National Wildlife Refuge
Pocosin Lakes National Wildlife Refuge
Mattamuskeet National Wildlife Refuge
Swanquarter National Wildlife Refuge
Mackay Island National Wildlife Refuge
Currituck National Wildlife Refuge

Terms & Conditions:
- The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition
- The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition (refer to terms and conditions for details)
- Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and submit with its offer.
- The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition
- The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition (refer to terms and conditions for details)

Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are attached in the Terms & Conditions document.

The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ or see terms & conditions attached to the solicitation.

In order to be eligible for award, all contractors must have an Active Registration in the System for Award Management (SAM) website https://sam.gov/content/home. Please note, SAM is a free website and there is never a cost to register your entity.

Prior to or following receipt of an award, the Contractor must register with the U.S. Department of the Treasury's Invoice Processing Platform System (IPP) to submit requests for payment. Refer to Terms and Conditions for details. Please note, IPP is a free website and there is never a cost to complete registration. Invoices for services will be paid after the end of the month of service, advanced payments are not allowed.

Important Submission Dates & Site Visit Info:

1. Site Inspection:
Prior to submitting a quote, offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance.

A site visit can be scheduled by contacting the technical point of contact. Please contact the Refuge POC¿s listed in Appendix A to arrange a site visit.

2. Question Submission:
All questions regarding this Solicitation must be submitted in writing to the Contract Specialist, Fred Riley at Fred_riley@fws.gov no later than Thursday, June 22, 2023 at 2:00pm EDT. If necessary, questions received will be answered through an Amendment to this Solicitation.

Emails must indicate the following in the subject line: Question Submission for 140FS323R0006.

3. Quote Submission:
Quotes (including all required documents) must be transmitted via e-mail to the Contract Specialist, Fred Riley at fred_riley@fws.gov, no later than Monday, June 26, 2023 at 2:00pm EDT.

Emails must indicate the following in the subject line: Quote Submission 140FS323R0006.

Required Submittal Documents:
Offerors responding to this solicitation must submit the following documents:

- SF 1449: Provide a completed SF 1449 with signature.
- SF 30: If applicable, provide signed amendments (SF30)
- Proposal: Submit a proposal to include your SAM Unique Entity Identifier (UEI) Number, Company Name, Address, Point of Contact (POC) Name, Email & Phone Number.
- Bid Schedule: Complete the attached document
- Past Experience & References: Complete the attached document or your own version that addresses each element.

Your quote will be considered non-responsive and will not be considered if all the above required documents are not completed in full and received as part of your submittal package.

An award will be made to the Contractor whose submittal documents conform to the requirements as described in this solicitation and who, based on a subjective assessment from the Government, offers the best value to include technical, past experience, and price. The Government reserves the right to award a contract to other than the lowest priced offer if, in its judgment, the non-cost factors outweighs the price difference.

Contracting Officer/Office:
Fred Riley, Contract Specialist
U.S. Fish & Wildlife Service Hadley, MA Joint Administrative Operations (JAO)
fred_riley@fws.gov

Contact Information

Contracting Office Address

  • FWS SAT Team 3 5275 Leesburg Pike
  • Falls Church , VA 22041
  • USA

Primary Point of Contact

Secondary Point of Contact





History