Wyoming Bids > Bid Detail

Northern Wyoming Trail Maintenance IDIQ

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159090889446780
Posted Date: Feb 3, 2023
Due Date: Mar 3, 2023
Solicitation No: 1282B123R0011
Source: https://sam.gov/opp/2e8d311db9...
Follow
Northern Wyoming Trail Maintenance IDIQ
Active
Contract Opportunity
Notice ID
1282B123R0011
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA FOREST SERVICE-SPOC IM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 03, 2023 02:03 pm CST
  • Original Response Date: Mar 03, 2023 12:10 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Cody , WY 82414
    USA
Description

MATOC – Small Business Set-aside



NAICS Code: 237310 - Highway, Street, and Bridge Construction



This Pre-solicitation notice is in accordance with FAR 36.231-2. The United States Department of Agriculture (USDA) / Forest Service (FS) intends to issue a Request for Proposal (RFP) for Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for trail construction, trail maintenance, trail obliteration, trail survey, and emergency repairs. A formal request for proposal will follow this notice on or about 15 March 2023. Location is in the state of Wyoming within 4 separate areas: Shoshone (North and South), Bighorn, and Bridger-Teton National Forests. Also included is the installation or maintenance trail features, such as: water bars, retaining walls, culverts, switchbacks, clearing of vegetation, and hazard tree removal, and other related trail work as described in the Statement of Work under each individual Task Order issued under this contract. All work will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. Contractor shall provide all necessary equipment, manpower, transportation and operating supplies and other incidentals to accomplish this work.



The North American Industry Classification System (NAICS) codes for this work is 237310. The small business size standard is $45 million average annual revenue for the previous three years. This is a total small business set-aside. The government intends to award up to as many individual MATOC contracts that will provide at least 3 contractors to provide competition for each of the 4 areas of this contract, providing sufficient qualified contractors present offers. All responsible firms may submit an offer and indicate interest in capability and intent to provide services for any or all areas of said locations. These anticipated contracts will consist of a five-calendar year ordering period. Task Orders will range from $2K to $500K. The total of individual task orders placed against the total MATOC program shall not exceed $3,000,000 and if selected for a master contract a minimum guarantee of $1000 will be issued as the first task order. Any future tasks orders after the $1,000 minimum task order is awarded will subtract the $1,000 since the minimum guarantee will be satisfied.



The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Seed Project. The Government will evaluate proposals in a two (2) phase evaluation process utilizing a Confidence Rating Scale that represents the Government’s confidence that the Offeror will be successful in performing the work. Phase 1 will include the Technical Capability, Qualifications, Relevant Past Experience, and Past Performance of the Offerors. Phase 2 will include a Task Order proposal Response to Example Activity Scenarios and Pricing. Phase 1 evaluation factors are more important than Phase 2 evaluation factors.



Phase I – Technical & Past Performance



Technical:



Factor 1: Technical Capability Technical capability will be evaluated based upon the Offeror’s demonstrated ability to meet the requirements of the RFP. Sub-factors that will be considered will include the Offeror’s capabilities in the boundaries of the Shoshone, Bighorn, and Bridger-Teton National Forests; knowledge of applicable industry codes, standards, and protocols; knowledge of applicable Federal and State of Wyoming environmental regulatory requirements; knowledge of the geographic area where services may be provided; knowledge wilderness travel and equestrian care in remote settings, and the Offeror’s field protocols of understanding the following but not limited to: trail construction, trail maintenance, trail obliteration, trail surveys, and emergency repairs.



Factor 2: Qualifications The Offeror’s qualifications will be evaluated based on the Offeror’s demonstrated qualifications of their business, managers, key personnel, subcontractors, and any subcontractors to meet the requirements of the RFP. Sub-factors that will be considered may include the Offeror’s professional licensing and certifications; management and key personnel resumes; subcontractor(s) experience and qualifications (including licensing and certifications).



Past Performance:



Factor 1: Relevant Past Experience. The Offeror’s relevant past experience will be evaluated based on the Offeror’s demonstrated experience and performance with relevant contracts, projects, activities similar to those described in the RFP. Sub-factors that may be considered will include the Offeror’s experience and performance regarding scope, nature, and complexity of projects; quality of services provided; timeliness of performance; and compliance with Federal and State of Wyoming environmental laws and regulations.



Factor 2: Past Performance. The Government may research Offeror’s performance on Federal, state, local, and contract performance that is not included in the relevant past experience submitted. Additionally, the Government may utilize personal experience and knowledge of Offeror past performance. After the Government completes the evaluation of Volume I – Technical Capability, Qualifications, and Relevant Past Experience and conducts Past Performance reviews, Offerors will receive an advisory notification via e-mail from the Forest Service. This notification will advise the Offeror of the Government’s advisory recommendation to proceed or not to proceed with Phase II submission. Offerors who are rated most highly for Factors 1 and 2 in Phase I combined will be advised to proceed to Phase II of the proposal submission process. Offerors who were not among the most highly rated will be advised that they are unlikely to be viable competitors, along with the general basis for the Government’s advisory recommendation.



Phase II – Oral Presentation & Price



Technical:



Factor 1: Response to Example Activity Scenario(s). The Offeror’s response to the example activity scenario(s) will be evaluated based on the Offeror’s demonstrated understanding of the services required in the RFP. Sub-factors that will be considered will include the recommended course of action; technical approach; management approach; risk mitigation; and response to the Government’s “on-the-spot” questions during the oral presentation.



Price:



Factor 1: Pricing for Seed Project. The Offeror’s price will be evaluated based on the price proposal submitted for the seed project. Factors that will be considered will include the appropriateness of the labor and skill mix proposed; level of effort estimated; equipment proposed; and fair and reasonableness of unit rates.



Factor 2: Schedule of Items. The Schedule of Items will be evaluated for fair and reasonable per unit rates for labor and equipment categories listed.



The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration).



This solicitation is not a request for proposal but rather a pre-solicitation notice described in FAR 5.204, 15.201, and 36.213-2. All inquiries must be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to email your questions to matthew.sutton@usda.gov.





DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • SPOC Intermountain 1400 INDEPENDENCE AVE SW, MS-1138
  • Washington , DC 202500001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 03, 2023 02:03 pm CSTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >