Description
*Please read the entire Request for Quotation (RFQ) and all attachments prior to submitting quote.
Pursuant to the Federal Acquisition Regulation (FAR) 12.603(a) and 13.106, the Contracting Officer is issuing a combined synopsis/solicitation for the acquisition of Hazardous Wildfire
Fuels Reduction - Mastication Services for the US Fish and Wildlife Service, Mississippi Sandhill Crane National Wildlife Refuge (MSCNWR).
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.
Solicitation number 140F0S23Q0037 is being issued as an RFQ.
The solicitation document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 2023-03, effective April 26, 2023.
This is a 100% Total Small Business Set-Aside with an associated NAICS code of 115310 Support Activities for Forestry-Fuels Management Services. The small business size standard is $34
million.
See the attached Performance Work Statement (PWS) for a map and detailed requirements (Attachment 1). The Price Schedule shall be completed and returned with your quote. DOL Wage
Determination Number 2015-5147 Revision 20, Date of Last Revision 12/27/2022 is applicable to this solicitation and is hereby incorporated (Attachment 2).
The services to be acquired through this combined synopsis/solicitation are for mastication of vegetation on approximately 1800 acres to reduce Wildland Urban Interface fuels in the Ocean
Springs Unit of the MSCNWR, Jackson County, Mississippi.
Performance location and performance period are detailed in the attached PWS.
Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. Potential offerors shall read and comply with all terms and
conditions. See Addendum FAR 52.212-1 for additional instructions.
FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. See the provision for detailed evaluation criteria. The basis of award will be Best Value (Trade-Off). Award will
be made to the offeror whose quote, conforming to the solicitation, will be the best value to the Government. Quotes will be evaluated based on: Technical Capabilities, Past Performance
and Price. The Government anticipates making one (1) Firm-Fixed Price contract award.
Offerors shall ensure their Representations and Certifications are up to date in the System for Award Management (SAM), which can be accessed through https://sam.gov. Offerors shall
ensure that NAICS 115310 is listed in FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors shall complete the required entries in FAR Provision 52.212-3
(Attachment 3) to include with their quote.
The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.
The FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. See
this clause for additional FAR Clauses marked with "X" showing they are applicable to this acquisition.
Additional FAR clauses and provisions that apply to this acquisition are provided in Attachment 1. All FAR clauses will be incorporated into the successful offerors contract award. The
provisions are incorporated into this solicitation but will not be incorporated into the successful offerors contract award.
The Defense Priorities and Allocations System (DPAS) are not applicable.
Quotes (including all required documents) must be submitted via e-mail to nicole_c_johnson@fws.gov, no later than Tuesday, June 20, 2023, 5:00 pm EDT. Please indicate the following in the
subject line: Quote Submission-140F0S23Q0037
In an effort to maintain a better log of inquiries and questions and to provide more detailed and faster responses, all questions shall be in writing via email (NO PHONE INQUIRIES).
Questions may be emailed to nicole_c_johnson@fws.gov. Inquiries received within 72 hours of the closing date may not receive a response. If necessary, questions received will be answered
through an Amendment to this Solicitation.
Contracting Point of Contact:
Nicole Johnson, Contract Specialist
US Fish and Wildlife Service, Joint Administrative Operations
nicole_c_johnson@fws.gov