Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2022 SAM #7597
SOURCES SOUGHT

F -- Tree Cutting, Skidding, and Decking

Notice Date
9/16/2022 5:07:29 AM
 
Notice Type
Sources Sought
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
USDA FOREST SERVICE-SPOC EAST Washington DC 202500001 USA
 
ZIP Code
202500001
 
Solicitation Number
12441922Q0056
 
Response Due
9/25/2022 9:00:00 AM
 
Point of Contact
Mark Miller, Phone: 8035614020
 
E-Mail Address
mark.j.miller@usda.gov
(mark.j.miller@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a SOURCES SOUGHT NOTICE. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of interested sources especially small businesses including: 8(a) Certified Small Business, Historically Underutilized Business Zones (HUB-Zone) Small Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), and Veteran Owned Small Businesses. THIS IS NOT A SOLICITATION FOR PROPOSALS� AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Respondents will NOT be notified of the results of this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested.� The purpose of this Sources Sought Notice is part of the market research step to determine interest and capability of potential qualified businesses relative to the North American Industry Classification Code (NAICS) 115310, Support Activities for Forestry. �The small business size standard is $10.0 M. �Work Will be performed on the National Forest Lands In the state of Louisiana. �The government is seeking companies with experience in performing the following work: Tasks Cutting the trees from the stump Contractor shall cut trees on the ground and in snag form �leaving a 2-3 foot length bole on stump. � The Contractor shall leave 2 to 3 snags per acre for wildlife purposes.� The contractor will cut the top off the tree: for the sawtimber it will be at the 7� DOB and the pulpwood it will be at the 4� DOB. �Desired length of tree for skidding is tree length. �Minimum length of tree for skidding is 16 feet. If a tree breaks during skidding operations then the pieces that are less than the minimum length stated above can be left in the project area. If stump stands back up, the contractor shall cut and leave a 2-foot length bole from stump and leave the cut piece in the project area. Skidding trees to designated areas may require longer drags to avoid cultural or botanical resources.� Designated areas will be agreed upon by the contractor and the COR. Contractor shall skid the trees to designated areas. Unattached trees found on the ground in the project area and not broken will be skidded to the designated areas. NO RUTTING IS ALLOWED IN THE AREA OR THROUGH STREAMS. Decking the trees The trees will be decked in heights of 10-15 feet by diameters (DBH). � The decks will be separated by pulpwood and sawtimber size trees. The decks will have pulpwood trees with 5�� DBH to 10� DBH. The decks will have sawtimber trees with diameters of 11� DBH +. SUBMISSION REQUIREMENTS:� Interested CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm's experience in automotive repairs and maintenance. The submittal shall be no longer than three (3) pages and shall include the following information:� 1. Company Information: Provide your firms contact information to include DUNS, cage code, name, address, and point of contact with verifiably correct telephone number and email address.� 2. Indicate if a solicitation is issued will your firm/company be submitting a proposal (Yes/No)� 3. Type of Business: U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and Small Businesses (SB), ETC.� 4. Experience Submission Requirements: Submit at least two (2) but no more than five (5) of similar projects completed within the last three (3) years that are relevant to the work that will be required under this project. Firms shall include the following information for each project submitted: this project. Firms shall include the following information for each project submitted: a.�� �Indicate whether Prime Contractor or Subcontractor. b.�� �Dates of for each contract submitted. c. � � � � � Contract value, completion date, and complexity of job. d. � � � � � Equipment �used on the completed contract. AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and� adequacy of potential sources. The Government will not reimburse responders for the cost of the submittals.� Capability submittals shall be submitted as adobe .pdf documents and shall be emailed to Mark Miller at mark.j.miller@usda.gov� Submittals must be provided in response to this notice by 12:00 pm Eastern Standard Time, Sep 25, 2022. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a8874309757d4f86891bc1ca7b1c76fc/view)
 
Place of Performance
Address: Pineville, LA 71360, USA
Zip Code: 71360
Country: USA
 
Record
SN06469231-F 20220918/220916230141 (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.