Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2017 FBO #5627
SOURCES SOUGHT

F -- Large Scale Vegetation Management - Danger Tree Removal Services

Notice Date
4/18/2017
 
Notice Type
Sources Sought
 
NAICS
113310 — Logging
 
Contracting Office
Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
 
ZIP Code
00000
 
Solicitation Number
WAPA2017TREE
 
Archive Date
5/15/2017
 
Point of Contact
Georgette Reyes-Wiltz, , Steve Turner, Phone: 6026052776
 
E-Mail Address
reyeswiltz@wapa.gov, STurner@WAPA.GOV
(reyeswiltz@wapa.gov, STurner@WAPA.GOV)
 
Small Business Set-Aside
N/A
 
Description
This RFI is a market survey for information to be used for planning purposes only. The RFI seeks information from industry on potential sources for Large Scale Vegetation Removal and ClearCutting - Logging Services Western Area Power Administration (WAPA), Desert Southwest Region (DSW) intends to issue a contract for Removal, Trimming, and Right of Way Clearing. The requirement includes hazard tree removal services, and Clearing transmission line rights-of-way (ROW) throughout its service territory. There are over 3200 miles of existing ROW covering Arizona, California, and Nevada. The work includes removal and trimming of a number of large trees (including some in excess of 40 inches in dbh and 70 feet in height) along electrical transmission line right-of-ways in order to provide adequate line clearance. The contractor will be required to perform Hazard (Danger) Tree Removals, ROW Clearing, tree trimming, and felling functions as needed at locations along the Desert Southwest Regional Office's transmission line rights-of-way within Arizona, California, and Nevada. The procurement will be a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) Contract. The plan is for a task order for base period of performance of twelve (12) months and will include four (4) option periods of performance. Task Order for the minimum guarantee will be issued after the award of contract. The solicitation is planned for late Summer 2017. This information is being made available for market research planning purposes only, subject to FAR Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes." It does not constitute a Request for Proposal, and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. Funding is not available for procurement at this time; this RFI is subject to review or cancellation at any time. The NAICS code associated with the preponderance of this work is 113310, Logging. The SBA Size Standard is 500 employees. The performance work statement (PWS), procurement schedule, method of solicitation, set aside potential, selection criteria, pricing structure, and other considerations for this procurement will depend on WAPA's analysis of the responses received from this RFI. Interested parties are requested to submit their capability statements, suggestions, as well as any comments on the acquisition approach to reyeswiltz@wapa.gov. Include company information such as: equipment in the fleet for logging; manpower; information on qualified line-clearance tree-trimmers; any other information to ascertain skills and experience performing this type of work; company name/Unique Identification Number (UIN-DUNS), points of contact, e-mail, and website (if applicable), number of years in business, and name of parent company (if applicable); the firm's business size, if applicable (i.e., large, small, small disadvantaged, woman-owned, veteran-owned, service-disabled veteran owned), whether the firm is under a GSA Schedule Contract for this work, and which industries the vendor identifies itself with in the North American Industry Classification System (NAICS). Responses shall be provided in Adobe pdf or other format compatible with and accessible using Microsoft Office software applications. To ensure files are not returned undeliverable, files sizes shall not exceed 10 MB each, limit 5 files per response. It is the responsibility of potential offerors to monitor the Internet site for the release of any future information about this RFI and any subsequent acquisition. Potential offerors will be responsible for downloading their own copy of any future documents. Information will be posted on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b598b283df00dcd03d06fc003196f9e4)
 
Place of Performance
Address: Arizona, California, Nevada, various locations, United States
 
Record
SN04476487-W 20170420/170418235221-b598b283df00dcd03d06fc003196f9e4 (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.