SOLICITATION NOTICE
F -- Cutting Roadway Vegetation (Brushing) - Pre-solicitation Maps
- Notice Date
- 10/18/2018
- Notice Type
- Presolicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Contracting North - Colville NF, 765 S. Main, Colville, Washington, 99114, United States
- ZIP Code
- 99114
- Solicitation Number
- 1205G119Q0004
- Archive Date
- 7/1/2019
- Point of Contact
- Cathy E. Van Alyne, Phone: (509) 684-7114
- E-Mail Address
-
cvanalyne@fs.fed.us
(cvanalyne@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Westside Map Eastside Map Cutting Roadway Vegetation (Brushing). The Colville National Forest has a requirement for Roadway Vegetation Maintenance (brushing, cutting and removal of unwanted vegetation) along various Forest Service Roads (FSR's) throughout the Colville National Forest. Location of the work will be in Stevens, Ferry and Pend Oreille Counties, Washington (located in the NE portion of Washington State). The Forest proposes to contract for the work during the winter of 2018/2019. The Contractor shall furnish all management, labor, equipment, supervision, tools, materials, transportation, operating supplies, workman's compensation, unemployment insurance and incidentals necessary to perform the work in accordance with the specification and provisions of the contract. The work consists performing machine roadside brush cutting and clearing with the objective of successful, quality performance resulting in a clear line of sight, clear of debris as outlined in the specifications. A Vicinity Map, examples of typical FSR Location Maps and Definitions and Abbreviations are attached with this notice. Contractors are encouraged to view FSR's to confirm conditions. The resultant contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a base year and two one-year option periods (for Fiscal Years 2020 through 2021). The actual number of option periods will be in the solicitation. The contract will be firm fixed price. Work will be divided into two zones. East zone consists of the Newport and Sullivan Lake Ranger Districts and West Zone consists of the Republic and Three Rivers Ranger District. One award to two awards may be made from this solicitation for each zone. Price will be quoted by the mile and by the job to move-in/move-out. The minimum guarantee will be listed in the solicitation along with the ceiling price. The Government is currently estimating approximately a total of 200 miles of roads per year. Actual amount will vary as roads are surveyed, forest priorities, unit prices and amount of funding becomes available. Work will be assigned by the placement of Task Orders issued against the basic contract. The physical work and location will be identified in individual Task Orders. Task orders will be placed based on Forest road priorities, site conditions, unit prices and funding availability. The work in the field is estimated from May 15th through October 15th depending on weather and site locations. The Contractor will be paid for actual work ordered, performed and accepted by the Government. The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and made from bio- based materials including but not limited to: 2-Cycle Engine Oils: Chain and Cable Lubricants; Diesel Fuel Additives; Engine Crankcase Oil; Fuel Conditioners; Gasoline Fuel Additives; Gear Lubricants; Greases; Hydraulic Fluids; etc.) to the maximum extent possible without jeopardizing the intended end use of detracting from the overall quality delivered. Visit www.biopreferred.gov for additional information on BioPreferred Products. This project will be advertised as a written request for quotations and will be solicited under the Simplified Acquisition Procedures (SAP) and Acquisition of Commercial Item rules (Test Program). Estimated issue date of the solicitation is on or about March 1, 2019 (maybe sooner). The solicitation will be posted electronically at this (FedBizOpps) site when it issues. No hard copies of the solicitation or amendments will be mailed. The actual quote due date will be listed in the solicitation. Award will be made to the quote (or quotes) whose quote (or quotes) offers the best value to the Government. Award is estimated to be in the Spring of 2019. The project is a 100 percent small business set-aside. The NAICS code is 115310 and Size Standard is $7.5 million. All responsible sources may submit a quote which will be considered. An electronic copy of the solicitation will be posted at the site on the issue date. Notes: Funding for this requirement is currently not available, but is anticipated for this fiscal year 2018. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the solicitation's closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror/quoter for any costs incurred. The reason for the notice to be issued this time of year is to allow for potential quoters to visit the units this fall to ascertain the extent of work involved and to satisfy themselves regarding all general and local conditions that may affect the prices to the extent the information is obtainable and while the sites are still accessible. Some changes from this notice may occur from the actual solicitation, but the enclosed information is a representative of work to be done. Examples of a Vicinity Map, and typical FSR Location Maps are attached with this notice. Contractors are encouraged to view FSR's to confirm conditions. In no event shall failure to inspect the site constitute grounds for a claim after the contract has been awarded (reference FAR Clause 52.237-1). No guided tours will be held. For information about site locations, please call Glen Jensen at 509.684.7190. The Government assumes no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of a contract, unless such understanding or representation the Government is expressly stated in a subsequent solicitation and contract. All inquiries concerning this potential project must be directed to me a 509.684.7114 or fax 509.684.7280. You may also e-mail me at cvanalyne@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05G1/1205G119Q0004/listing.html)
- Place of Performance
- Address: Pend Oreille, Ferry, Stevens Countities, Colville, Washington, 99114, United States
- Zip Code: 99114
- Zip Code: 99114
- Record
- SN05128729-W 20181020/181018230751-48ef6ea0db9801bbffb1a2accf2f74bc (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 |