SOLICITATION NOTICE
F -- Craggy Stewardship
- Notice Date
- 7/12/2018
- Notice Type
- Presolicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Northern CA Acquisition Service Area, 3644 Avtech Parkway, Suite 180, Redding, California, 96002, United States
- ZIP Code
- 96002
- Solicitation Number
- 129AC718R4101
- Point of Contact
- Katherine Pasini, Phone: 530 226-2446
- E-Mail Address
-
kepasini@fs.fed.us
(kepasini@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- **PLEASE READ: THIS IS A PRE-SOLICITATION NOTICE. NO OTHER INFORMATION IS AVAILABLE UNTIL THE SOLICITATION IS ISSUED ON THE DATE IDENTIFIED BELOW** The solicitation will be issued as a Request for Proposal (RFP) requiring both price and technical proposals responding to evaluation criteria described in the solicitation. Documents will only be available electronically to download from this website on or about July 26, 2018. The Klamath National Forest requires stewardship services on the Scott River Ranger District, in Siskiyou County, California (located in the northwestern portion of the state). The solicitation and any resultant contract will be a firm-fixed price Integrated Resource Service Stewardship contract in accordance with Section 8205 of Public Law 113-79, the Agricultural Act of 2014. This law grants the Forest Service and the Bureau of Land Management authority to enter into stewardship contracting projects with private persons or public or private entities, by contract or by agreement, to perform services to achieve land management goals for the national forests or public lands that meet local and rural community needs. Section 8205 supersedes the authority granted to the Forest Service in section 347. Description of Work - The Craggy Vegetation Management Project is located on the Scott River Ranger District of the Klamath National Forest encompassing the area indicated on the Project Area Map (which includes Contract Area Maps). Restoration objectives for the project area are summarized as follows: • Improve fire resiliency on National Forest System land by reducing fuels and stand density within strategic areas and within the wildland urban interface (WUI) on National Forest lands. Increase defensibility to wildfire to the nearby communities of Yreka and Hawkinsville, California. Reduce fuels within designated State of California Tier 2 High Hazard Zone. • Improve forest health by reducing stand density to increase stand resistance to insects, disease, and high intensity fires. Improve fire resiliency for late-successional habitat and dependent species. • Improve soil and aquatic conditions - Provide for soil and riparian function and productivity. Provide timely soil erosion control measures and restorative work. • Utilize Timber or other products - Provide wood resource to forest product industry. • Improve Road Management - Provide reconstruction and maintenance on legacy road sediment source sites within the Forest transportation system roads. • To accomplish these objectives, the contract includes the following components: stand cleaning/thinning, fuels reduction piling and/or decking, timber or other products removal, erosion mitigations, and road work. Resulting Contract - Any resultant contract will be a Construction contract with requirements for timber removal. 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 clauses of the subsequent contract. PROJECT LOCATION: Project is located in Township 46 North, Range 8 West, Sections 22, 23, 24, 25, 26, 27, 28, 32, 33, 34 - 36; Township 45 North, Range 8 West, Section 1-8; Township 46 North, Range 7 West, Sections 30, and 31; Mt. Diablo Meridian. This contract area falls within the State of California Tier 2 High Hazard Zone. CONTRACT TIME: The effective period of this contract is from date of award through 10/31/2021. PRE-PROPOSAL CONFERENCE: A pre-proposal conference may be scheduled. A date will be identified in the solicitation. This proposed procurement is unrestricted pursuant to Stewardship Authority in the Agricultural Act of 2014. The NAICS code is 115310. SAM REGISTRATION REQUIREMENTS: Prospective contractors must be registered in the System for Award Management (SAM) prior to award. SOLICITATION AVAILABILITY: An electronic copy of the solicitation will be posted at this site. All future information about this acquisition, including information about the Pre-proposal meeting, the solicitation 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. RESPONSE LOCATION: Offers will be accepted at the Northern California Acquisition Service Area, Redding Office, located within the Shasta-Trinity National Forest Headquarters at 3644 Avtech Parkway, Redding, CA 96002 NO LATER than date and time indicated on solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/643a7be4c1d969e68b60b66a411e59b3)
- Place of Performance
- Address: Scott River Ranger District, 11263 N. Highway 3, Foret Jones, California, 96032, United States
- Zip Code: 96032
- Zip Code: 96032
- Record
- SN04988979-W 20180714/180712231017-643a7be4c1d969e68b60b66a411e59b3 (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 |