SOLICITATION NOTICE
F -- Stewardship (Forestry Improvements)
- Notice Date
- 10/26/2017
- Notice Type
- Presolicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Minnesota Shared Service Contracting Unit, 8901 Grand Avenue Pl., Duluth, Minnesota, 55808
- ZIP Code
- 55808
- Solicitation Number
- 1263A918R0001
- Point of Contact
- Clark A. Bartelt, Phone: 2186264353
- E-Mail Address
-
clarkabartelt@fs.fed.us
(clarkabartelt@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- Stewardship on the Superior National Forest Solicitation Number: 1263A918R0001 Notice Type: Presolicitation: Solicitation Number: Agency: Department of Agriculture Office: Forest Service Location: R-9, Superior NF Synopsis: It is estimated that the solicitation for this project will be posted on or about November 14, 2017 and responses will be due on or about December 18, 2017. Interested vendors should register to receive notifications through this site. The Superior National Forest requires stewardship services on the Laurentian, LaCroix, Kawishiwi, Tofte, and Gunflint Ranger Districts, in St. Louis, Lake, and Cook Counties, Minnesota. (Located in Northeast Minnesota). The resultant contracts will be a Firm Fixed Price, Integrated Resource Service, Indefinite Delivery Indefinite Quantities, Stewardship Contract utilizing the authority granted under Section 347 Omnibus Consolidated Appropriations Act of FY 1999, as Amended by Sec. 323 of P.L. 108-7, 2003. The intent of this contract is to complete restoration work accomplished through commercial product removal (logging/timber harvest) and forestry related service work activities while assisting local economies. This is a commercial item acquisition that has been tailored to fit the Government's method of trading goods for services (i.e. Stewardship). The Contractor shall furnish all labor, materials, equipment, supervision, tools, transportation, operating supplies, and incidentals necessary to perform the work in accordance with the specifications and provisions and clauses of the contract. Work may include, but is not limited to, meeting requirements of the National Environmental Policy Act (NEPA), road and trail maintenance; work to improve soil productivity, removing vegetation to promote healthy forest stands, reduce fire hazards, restore and maintain wildlife and fish habitat; and control noxious and exotic weeds and reestablish native plant species or achieve other land management objectives. Work to be performed will depend upon product value and available funding. The Government may issue task orders against the base contract and these activities will either be paid with appropriated funds or the value of the products removed will be traded for the restoration activities. Each task order will be competitively bid using the IDIQ contractors. This solicitation will be used to generate a list of contract holders eligible to compete for Task Order work under the, Indefinite Delivery, Indefinite Quantity, (IDIQ) performance-based, requirements contract spanning ten (10) years from the date of contract award. Pricing of work on a CCF, acre or level-of-effort basis will be used for determining price reasonableness for award purposes. The Government cannot predetermine the precise quantities that will be ordered during the contract period, but the maximum quantity of products to be removed could be approximately 15,200 CCF and/or 750 acre with multiple service projects. This project will be advertised as a written request for proposal and will be solicited under FAR Part 15, contracting by negotiations. Section M of the solicitation will list the evaluation criteria (including the evaluation factors and sub-factors, and the importance of each factor) for this procurement. This proposed procurement is unrestricted pursuant to Stewardship Authority. The NAICS code is 115310. All responsible sources may submit a proposal which will be considered. An electronic copy of the solicitation will be posted at this site on the issue date. All future information about this acquisition, the solicitation (once issued) and any amendments will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Vendors are required to be registered in the System for Award Management (SAM) database at WWW.SAM.GOV Contracting Office Address: Superior National Forest, Contracting 8901 Grand Avenue Place Duluth MN 55808-1122 Primary Point of Contact: Clark Bartelt Contracting Officer clarkabartelt@fs.fed.us Phone: (218) 626-4353 Fax: (218) 626-4398 Secondary Point of Contact: Mark Akeson Contracting Officer Representative makeson@fs.fed.us Phone: (218) 365-7623 Fax: (218) 365-7605
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/63A9/1263A918R0001/listing.html)
- Place of Performance
- Address: Superior National Forest, Northeast Minnesota, Duluth, Minnesota, 55808, United States
- Zip Code: 55808
- Zip Code: 55808
- Record
- SN04723725-W 20171028/171026230838-771d7e7123130d125c01d68b8899a2d5 (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 |