Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOLICITATION NOTICE

F -- IRSC San Juan NF, CO Columbine RD Saul's Creek

Notice Date
5/6/2021 9:31:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Rocky Mountain Regional Office LAKEWOOD CO 80401 USA
 
ZIP Code
80401
 
Solicitation Number
12363N21Q0017
 
Response Due
5/21/2021 1:00:00 PM
 
Archive Date
06/05/2021
 
Point of Contact
Phillip J Ramirez, Phone: 9702956889
 
E-Mail Address
phillip.ramirez@usda.gov
(phillip.ramirez@usda.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in�subpart� 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. Solicitation Number 12363N21Q0017 NAICS - 115310 � Support Activities for Forestry $19M SBA Size Std. � Contracting Office USDA FS NBO, PPS � National Stewardship Branch, 1400 Independence Ave SW, MS-1138, Washington DC, 20550 � Response Due 5/21/2021 � Small Business Set-Aside UNRESTRICTED � Description Saul�s Creek IRSC is authorized under Saul�s Creek Fuels Reduction Environmental Analysis (EA) and located in the Columbine Ranger District of the San Juan National Forest, approximately 5 miles east of Bayfield, Colorado. The purpose of this project is to effect an immediate change in fire behavior, to reduce rate of spread and intensity� of� wildfire, to maintain Condition Classes� that� support desirable fire behavior, and to increase forest and ecosystem diversity and resilience to disturbance. The goals of this project are to: Better ensure public and firefighter safety Reduce risk to life, property, and natural resources Reduce wildland fire costs, losses, and damages Reduce risk of catastrophic fire moving between public and private lands Reduce risk of stand replacing wildfire Reduce forest fuel loading Improve habitat for many native wildlife species from increases in grasses and forbs and increased shrub sprouts for browse within treated areas Increase openness and increase the amount of herbaceous cover Improve size, structure, and age class diversity in ponderosa pine and Gambel oak stands The contract consists of 378.2 acres of ponderosa pine thinning. 345.4 acres are mandatory and 32.8 acres are optional. Timber removal in optional units is subject to agreement due to complex terrain and/or access. Timber not removed from optional units via agreement will be decked adjacent to forest system roads for later fuelwood collection by nearby landowners and the public. Ground-based logging systems would be appropriate for this project, but some areas of steep terrain in units 3, 9, and 11 may require hand felling. The average skid distance for this project is approximately 530 feet. The estimated volume to be removed in this project is approximately 1559 CCF (hundred cubic feet). Slash will be piled according to contract specifications. To ensure slash treatment specifications are followed closely, slash treatment in all units is included as a service item under the Integrated Resource Service Contract. The contractor will be responsible for road maintenance before, during and after timber hauling. All roads associated with Saul�s Creek contain aggregate surface and are in good condition. Approximately 2.97 miles of temporary road construction is proposed for this project to reach units that are not directly adjacent to existing roads. The contract length for Saul�s Creek IRSC is three years, with work expected to begin during the summer of 2021. PLACE OF PERFORMANCE / HOURS OF OPERATION Work for this contract will be performed at the San Juan National Forest Columbine Ranger District, CO Normal hours of operation are Monday through Friday, 0700 to 1600 subject to change with approval from the appointed Contracting Officers Representative. The USDA � Forest Service will be closed on the following Federal Holidays: New Year's Day, Martin Luther King Jr.'s Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. PERIOD OF PERFORMANCE The Period of performance for this contract will be TBD, but not to exceed a 3-year period after Notice to Proceed issued. The estimated start date for the project will be 21 June 2021 (or sooner). GENERAL TASKS � See Attachment 1 Appendix A Statement of Work. �III. CONTRACTOR QUALIFICATIONS MINIMUM QUALIFICATIONS SEE STATEMENT OF WORK. �APPLICABLE PROVISIONS: FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial I. items with their Offers; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (includes the following 52.222-26, 52.222-35, 52.222-36, and 52.222-37). Quotations are to be submitted in the following format: The contractor shall submit a separate technical and cost proposal. Technical proposals need to specifically address and show proficiency in all general task areas, show how minimum qualifications are met or exceeded, include resumes for the Key Personnel. The proposal shall not simply rephrase or restate the Government requirements, but rather, shall provide convincing rationale or information to address how the Offeror meets and or exceeds the requirements outlined above. Offerors shall assume that the Government has no prior knowledge of their facilities, personnel, or experience, and evaluation will be based on the information presented in the Offerors proposal. No oral quotes will be honored. EVALUATION. See Section 51 for complete details The Government intends to award a single contract / purchase order, for a firm fixed price base resulting from this RFQ, to the responsible Offeror whose offering represents the best value to the Government price and other factors considered. This may result in an award to a higher rated, higher priced Offeror, where the decision is consistent with the evaluation factors. Responses shall be submitted NLT 1400 MDT 21 May 2021, by� Email to Phillip.ramriez@usda.gov �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7cd084b66a5e4f56abb56aac0d3c6e67/view)
 
Place of Performance
Address: CO, USA
Country: USA
 
Record
SN05993613-F 20210508/210506230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.