Search Contract Opportunities

Forest Inventory Services BPA   4

ID: W912EK24Q0030 • Type: Synopsis Solicitation

Description

Posted: July 16, 2024, 11:28 a.m. EDT

Amendment #0001:

See attached Amendment #0001 document for responses to questions and corresponding solicitation changes.

Combined Synopsis/Solicitation Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice.

Solicitation number W912EK24Q0030 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73 dated 29 April 2014. The solicitation and attachments are located in the Attachments/Links section below.

This solicitation is set aside to small business. The associated North American Industry Classification System (NAICS) code for this procurement is 115310 with a business size standard of $11,500,000 in annual receipts.

Quotes are to be submitted electronically no later than 19 June 2024 by 2:00 PM CST to:

  • Nick Moore (nicholas.m.moore@usace.army.mil)
  • Jocelyn Rain (jocelyn.w.rain@usace.army.mil)
  1. Description:

In accordance with far 13.303, a blanket purchase agreement (BPA) will be established for the purpose of ordering any combination of the services listed in this performance work statement (PWS). Work covered by this agreement shall consist of furnishing all labor, equipment, operators, supervision, supplies and materials necessary to completing Forest inventory survey. All forest inventory data collected must be provided to the government in the designated format. All work shall be performed to the satisfaction of the contracting officer.

NOTE: See attached Performance Work Statement (PWS) for full scope of work covered under this solicitation.

2. Objectives : The work requested under this BPA is for collecting forest inventory data per forest inventory protocol phase II. Work areas may be identified on USACE fee title lands, partnership lands, and other federal government fee title lands within contract area identified herein.

3.Period of Performance: all master agreements issued under this solicitation shall be valid for five years from date of award.

4. Place of Performance: Delivery of services shall be determined for each call order. Inspection and acceptance of services rendered shall be at the site where work occurred (Government site). Here is a list of the counties where work may occur:

  • Wisconsin: Crawford and Grant
  • Iowa: Allamakee, Clayton, Dubuque, Linn, Johnson, Iowa, Jasper, Marion, Warren, Polk, Dallas, Boone, Jackson, Clinton, Scott, Muscatine, Louisa, Des Moines, and Lee.
  • Illinois: Jo Daviess, Carroll, Whiteside, Rock Island, Mercer, Henderson, Hancock, Adams, Pike, Calhoun, Brown, Schuyler, Fulton, Peoria, Putnam, Bureau, La Salle, Grundy, Marshall, Woodford, Tazewell, Mason, Cass, and Morgan.
  • Missouri: Clark, Lewis, Marion, and Ralls.

5. Basis of Award: The basis for award will be contractors eligible for BPA master agreements per the attached Instructions to Offerors and Evaluation Factors & Methods (within Solicitation document below). All call orders issued under the anticipated BPA will Firm-Fixed Price. To be considered for an award of a master agreement, all offerors must quote on all items within the schedule of prices, which is embedded in the attached Scope of Work for the Upper Mississippi River Restoration (UMRR) Habitat Rehabilitation and Enhancement Project (HREP) for Middle Pool 11 to be eligible for award.

6. Provisions & Clauses: The following provisions apply to this notice: A full list of all applicable provisions and clauses can be found in the Solicitation which is in the attachments/links below. Note: 52.212-3 Alt 1 shall be completed in the offerors System for Award Management (SAM) record. ALL interested parties must be registered in SAM in order to receive a contract award.

7. Due Date: All questions shall be in writing and submitted via email to the contacts to 05 June 2024 no later than 10:00 AM CST.

Posted: June 12, 2024, 3:34 p.m. EDT
Posted: May 28, 2024, 4:26 p.m. EDT
Background
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. The solicitation number W912EK24Q0030 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73 dated 29 April 2014. The solicitation is set aside to small business.

Work Details
In accordance with 13.303, a blanket purchase agreement (BPA) will be established for the purpose of ordering any combination of the services listed in this performance work statement (PWS). Work covered by this agreement shall consist of furnishing all labor, equipment, operators, supervision, supplies and materials necessary to completing Forest inventory survey. The work requested under this BPA is for collecting forest inventory data per forest inventory protocol phase II. Work areas may be identified on USACE fee title lands, partnership lands, and other federal government fee title lands within the contract area identified herein.

Period of Performance
All master agreements issued under this solicitation shall be valid for five years from the date of award.

Place of Performance
Delivery of services shall be determined for each call order. Inspection and acceptance of services rendered shall be at the site where work occurred (Government site). The geographic locations where work may occur include Wisconsin: Crawford and Grant; Iowa: Allamakee, Clayton, Dubuque, Linn, Johnson, Iowa, Jasper, Marion, Warren, Polk, Dallas, Boone, Jackson, Clinton, Scott, Muscatine, Louisa, Des Moines, and Lee; Illinois: Jo Daviess, Carroll, Whiteside, Rock Island, Mercer, Henderson, Hancock, Adams, Pike, Calhoun, Brown, Schuyler, Fulton; Missouri: Clark, Lewis and Ralls.

Overview

Response Deadline
June 19, 2024, 3:00 p.m. EDT Past Due
Posted
May 28, 2024, 4:26 p.m. EDT (updated: July 16, 2024, 11:28 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$11.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Vehicle Type
Blanket Purchase Agreement
On 5/28/24 USACE Rock Island District issued Synopsis Solicitation W912EK24Q0030 for Forest Inventory Services BPA due 6/19/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 115310 (SBA Size Standard $11.5 Million) and PSC F005.
Primary Contact
Name
Nicholas Moore   Profile
Phone
None

Secondary Contact

Name
Jocelyn Rain   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W912EK24Q0030

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912EK24Q0030

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912EK24Q0030

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W912EK24Q0030

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912EK24Q0030

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W912EK24Q0030

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912EK24Q0030

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912EK24Q0030

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > MVD > W07V ENDIST ROCK ISLAND
FPDS Organization Code
2100-W912EK
Source Organization Code
100221368
Last Updated
July 30, 2024
Last Updated By
jocelyn.w.rain@usace.army.mil
Archive Date
July 30, 2024