Search Contract Opportunities

Manual Hazardous Fuel Reduction-Southwest Oregon

ID: 140L0622R0011 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

COMBINED SYNOPSIS-SOLICITATION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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.
(ii) The solicitation number is 140L0622R0011 and is issued as a request for proposals (RFP).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective: 26 May 2022.
(iv) This acquisition is full and open. The associated North American Industrial Classification System (NAICS) code for this procurement is 115310-Fuels Management Services with a small business size standard of $20.5M.
(v) The Bureau of Land Management (BLM) intends to enter into multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for Manual Fuels Management, each with a period of performance for five years.
(vi) Please see the entire Solicitation 140L0622R0011 for a complete description of the requirement for this combined synopsis/solicitation.
(vii) The place of performance of this combined synopsis/solicitation: Southwest Oregon.
Attachment 1-Map provides the geographic location for the work.
(viii) FAR 52.212-1, Instructions to Offerors - Commercial, does apply to this acquisition with no addenda to the provision.
(ix) FAR 52.212-2, Evaluation - Commercial Items, does apply to this acquisition. In accordance with FAR 15.101, the IDIQ's shall be awarded to the offerors providing the best value to the Government based upon these evaluation factors:
Factor 1: Technical Proposal with four subfactors in descending order of importance
Subfactor 1-Technical Capability
Subfactor 2-Management Plan
Subfactor 3-Task Order
Subfactor 4-Safety Plan
Factor 2: Small Business Participation Plan,
Factor 3: Past Performance
Factor 4: Price.
When Factor 1, 2 and 3 are combined they are significantly more important than Price. However, Price is still a major consideration in the source selection decision. The price factor may become more significant in contributing to the source selection decision if competing proposals offer comparably evaluated technical proposals and past performance assessment confidence.
(x) Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its proposal. This provision is included in this combined synopsis/solicitation. If the offeror has up-to-date representations and certifications in the System for Award Management (SAM)** website, then this completed provision is not required to be submitted with the offeror s proposal.
(xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, does apply to this acquisition with no addenda to the provision.
(xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The specific clauses required are detailed in Attachment A of this combined synopsis/solicitation.
(xiii) Please see the entire solicitation 140L0622R0011 for additional contract requirements and terms and conditions.
(xiv) The Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition.
(xv) The due date for receipt of proposals is 5 August 2022 at 1300 Mountain Standard Time. Question shall be answered as received and released as an amendment, the final due date for the receipt of questions in regard to this combined synopsis/solicitation is 27 July 2022.
Proposals must be received electronically at jchamberlin@blm.gov. Adobe (.pdf) or Microsoft Word (.doc) are acceptable formats for submitting proposals. The electronic file must be under 5 MB total to ensure it can be received by e-mail.
(xvi) Please contact Judy Chamberlin by email at jchamberlin@blm.gov with any questions regarding this combined synopsis/solicitation. The Government reserves the right to cancel this combined synopsis/solicitation.
** The System for Award Management (SAM) is a Federal Government owned and operated free web site. All vendors must verify their information through this web site. If you were previously registered in CCR and ORCA, your organization's information is already in SAM. You just need to set up a SAM account and migrate your CCR roles. If you were previously registered in CCR, your registration should have been moved to SAM, and you just need to open an account, see the following link for instructions: https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf.
If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link
https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf to register.
Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220.
If you have questions about Government procurements in general or need assistance in the preparation of your proposal, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to https://www.aptac-us.org/
(End of Synopsis/Solicitation 140L0621R0011)

Overview

Response Deadline
Aug. 5, 2022, 3:00 p.m. EDT Past Due
Posted
July 5, 2022, 7:55 p.m. EDT (updated: July 28, 2022, 12:36 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$11.5 Million
Pricing
Multiple Types Common
Evaluation Criteria
Best Value
On 7/5/22 BLM National Office issued Synopsis Solicitation 140L0622R0011 for Manual Hazardous Fuel Reduction-Southwest Oregon due 8/5/22. The opportunity was issued full & open with NAICS 115310 and PSC F003.
Primary Contact
Name
Chamberlin, Judith   Profile
Phone
(303) 236-0097
Fax
(303) 236-9470

Documents

Posted documents for Synopsis Solicitation 140L0622R0011

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 140L0622R0011

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 140L0622R0011

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 140L0622R0011

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > BUREAU OF LAND MANAGEMENT > NATIONAL OPERATIONS CENTER
FPDS Organization Code
1422-OC665
Source Organization Code
100179346
Last Updated
July 28, 2022
Last Updated By
fbms_acq@ios.doi.gov
Archive Date
Aug. 20, 2022