SPECIAL NOTICE
Z -- Notice of Intent to Award a BPA Call Order against a Multiple Award Schedule BPA for Roadside Brushing.
- Notice Date
- 5/18/2023 2:09:54 PM
- Notice Type
- Special Notice
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- MOUNT HOOD NATIONAL FOREST SANDY OR 97055 USA
- ZIP Code
- 97055
- Solicitation Number
- 1098974
- Response Due
- 6/12/2023 2:00:00 PM
- Archive Date
- 06/12/2023
- Point of Contact
- Jorge Somoza, Phone: 509-423-2224
- E-Mail Address
-
jorge.somoza@usda.gov
(jorge.somoza@usda.gov)
- Description
- BPA Call Order Exceeding $25,000.00� Requisition 1098974 Notice of Intent to Award a BPA Call Order against a Multiple Award Schedule BPAs for Roadside Brushing. The USDA Forest Service (FS), Procurement & Property Services (PPS), Field Procurement Operations, Northwest Procurement Zone, is issuing this synopsis as a means of complying with the USDA�s policy in the Contracting Desk Book, SUBPART 413.3�SIMPLIFIED ACQUISITION METHODS, 413.303 Blanket Purchase Agreements (BPAs). The USDA FS intends on awarding a competitive BPA Call Order against multiple award schedule BPAs for Roadside Brushing located at USDA�s Contract Portal, awarded against solicitation number: AG-046W-S-15-0001 for Road Maintenance. Parties having an interest in and the resources to support this requirement for Roadside Brushing in the Zigzag and Clackamas River Ranger Districts of the Mt. Hood National Forest.� Please contact Jorge Somoza jorge.somoza@usda.gov for additional information regarding the requirement. The applicable North American Industry Classification System (NAICS) code assigned to this acquisition is 115310, Support Activities for Forestry. THIS IS NOT A SOLICITATION. This synopsis notification of intent to award a BPA Call order does not constitute a request for proposals; submission of any information in response to this notification is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization is part of this BPA and it has the potential capacity to perform these contract services, please provide the following information: organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to: provide services consistent in scope and scale with those described in this notice and otherwise anticipated. secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; implement a successful project management plan that includes compliance with program schedules, cost containment, meeting/tracking performance, hiring/retention of key personnel, and risk mitigation; and provide services under a performance-based service acquisition vehicle. This requirement will be competitively awarded as a BPA Call Order against the aforementioned multiple award schedule BPAs previously solicited on the Government Point of Entry (GPE). �The government will not provide feedback or evaluations to companies regarding their submissions in response to this notice. Submission Instructions: Parties who consider themselves qualified to perform the above-listed services, and are part of the BPA awardees, are invited to submit a response to this notice by close of business June 1st, 2023. All responses under this notice must be emailed to Jorge Somoza at� jorge.somoza@usda.gov � If you have any questions concerning this synopsis notice, please contact the above noted individual. APPENDIX 1: Draft Performance Work Statement (PWS) �DESCRIPTION OF WORK To utilize Contractors Equipment and Operators to perform Roadway Vegetation Maintenance (841) on the Mt. Hood National Forest, Zigzag and Clackamas River Ranger Districts. Contractor will maintain a safe work environment using specified Work Area Management (808). Meet the required terms of the agreement as based on the Quantity Measurement Terms (801). Further description of activities will be listed in �Scope.� PROJECT LOCATION Project area for this task order will be National Forest System Roads on the Zigzag and Clackamas River Ranger Districts Quality Control Plan:� The USDA Forest Service will monitor vendor�s quality as set forth in the Acceptable Quality Level table located within the 800 based maintenance specifications. Contractor�s equipment time and progress vs. equipment time shall also be monitored and documented during the prosecution of contract/task order which will be used to prepare performance ratings at the completion of contract/task order. Site shall be considered completed when deemed completed by C.O. (through C.O.R.).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5bbbe37a53f747b6a99b8cf4ebde92f7/view)
- Place of Performance
- Address: Mount Hood Parkdale, OR 97041, USA
- Zip Code: 97041
- Country: USA
- Zip Code: 97041
- Record
- SN06686796-F 20230520/230519211953 (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 |