Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2016 FBO #5341
MODIFICATION

F -- Fuels Reduction and Management Services - Pre-Solicitation Notice

Notice Date
7/6/2016
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
NPS, IMR - Santa Fe MABO1100 Old Santa Fe Trail BuildingP.O. Box 728Santa FeNM87505US
 
ZIP Code
00000
 
Solicitation Number
P16PS01093
 
Response Due
7/22/2016
 
Archive Date
8/21/2016
 
Point of Contact
Kelvin Smalls, Phone: 505-988-6083
 
E-Mail Address
kelvin_smalls@nps.gov
(kelvin_smalls@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-Solicitation Notice DESCRIPTION This announcement serves as the pre-solicitation notice for an IDIQ contract(s) to provide fuels reduction and management services. The work of this contract will be performed at the Valles Caldera National Preserve (VALL), in the Jemez Mountains of northern New Mexico (Sandoval and Rio Arriba Counties). Any future amendments to this notice or the formal solicitation will be available through www.fedbizopps.gov by entering the solicitation number P16PS01093 in the quick search block. This is a 100% total small business set-aside. Offers will not be accepted from concerns other than small businesses. The North American Industry Classification System (NAICS), code for this contract is 115310 (Support Activities for Forestry, Fuels Management Services), the associated small business size standard is $19.0 million. The Product Service Code (PSC), is F006 - Land Treatment Practices. This contract shall provide required services in support of the VALL, and the National Park Service (NPS), Intermountain Region. Typical work under this contract will include wildland hazard fuels reduction and disposal, and related road management activities and services. The contract will require cutting, slashing, chipping, and hand-piling of vegetation, mastication, vegetation manipulation, and/or transport of vegetation in compliance with the specific requirements of individual task orders. Task order work will include furnishing labor, supervision, transportation, operating supplies, and incidentals to perform all work necessary to conduct thinning, slashing, lop and scatter, mastication, selective slashing, pruning, fuel modification zone construction, hand-piling and cover, transportation of logs, chips, and other vegetation, road opening/construction/maintenance, road decommissioning, constructing road barriers/obstructions. Task order project locations will include reforestation areas, natural and managed stands of timber of all ages, size, and species, shrub fields, or grass areas. Fuels may consist of natural standing live and dead fuels, natural dead and down fuels, activity slash, and naturally disturbed shrubs and trees. Fuel loadings will range from less than ½ tons per acre to as high as 100 tons or more per acre. Treatments such as thinning, brushing, piling, fuel-break construction and prescribed fire have been shown to reduce the risk of wildland fire as well as the severity of fires that do occur. It is the objective of this contract to treat fuels present on units identified by the NPS and their partners to reduce fuel loading and optimize the treatment of those fuels in the most effective manner. Specific project locations will be provided for each individual task order. Access to task order project areas is by seasonal dirt/gravel roads and old (abandoned) logging roads. Seasonal roads may be impassable for several days after heavy rains, or snow-blocked during the winter months. Local administrators will have the final decision as to whether a road is impassable and temporarily closed. The government intends to award a contract(s) for a one year base period, and four one year option periods, for a potential aggregate total of five years. Total contract period, including all option periods, shall not exceed five (5) calendar years. Typical task orders will range in value from $25,000 to $400,000, with a minimum task order value of $2,000, and a maximum task order value of $1,000,000. The total aggregate value of all individual task orders placed against this contract shall not exceed $15,000,000. Bids / proposals for each task order will be solicited from the contractor(s) through a formal Task Order Request / Request for Quote process. The Government shall obligate itself to obtain not less than a total amount of $2,000.00 in services for the base, and all exercised option periods combined, for each awarded IDIQ contract. The government is solely responsible for the decision to use any resulting contract as the appropriate contract vehicle for a particular task order / contract requirement, or to utilize an alternate procurement method. Determination of the best procurement method for performing contract work will remain solely at the discretion of the government. Any task orders issued through this contract will be awarded as firm-fixed price actions. Award of task orders will be predicated on determination of best value to the government, and fair and reasonable pricing. It is the intention of the government to award either a single IDIQ contract, or multiple IDIQ contracts (up to three contracts), to qualified small business concerns, to perform the required contract services. All bidders must be registered in the System for Award Management (SAM) database prior to award of this contract. Final pricing for the services required under this contract will be established by responses to this solicitation. All eligible proposals shall be evaluated in accordance with the evaluation factors described below. The evaluation factors are listed in their order of importance. All evaluation factors, other than cost / price, when combined, are more important than cost or price. All prices submitted shall be as low / or lower than the unit prices charged the contractor's most favored customer for comparable services under similar terms and conditions. Offerors are reminded, to include their best technical and price terms in their initial offer, and should not assume that they will be given an opportunity to participate in discussions, or be asked to submit a revised proposal. The Government may make award to a conforming proposal without discussions, if deemed to be within the best interest of the Government. • Technical Approach & Management Capability • Experience & Past Performance • Price / Cost A total of five (5) task order requests may be issued, and awarded in conjunction with the formal solicitation, and will be used to aide in evaluation of the technical approach / management capability, and pricing factors. A tentative solicitation and award schedule is provided below. Tentative Solicitation & Award Schedule Milestone Pre-Solicitation 1 July 2016 -------------- 22 July Solicitation 25 July 2016 -------------- 25 August 2016 Evaluation & Award 29 August 2016 ---------- 12 September 2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01093/listing.html)
 
Place of Performance
Address: Valles Caldera National PreserveNational Park Service090 Villa Louis MartinJemez SpringsNM87025-0359USA
Zip Code: 87025-0359
 
Record
SN04172691-W 20160708/160706235012-9ae1e93cbe816f6bf689f8b276d4919c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.