SOURCES SOUGHT
F -- Services- Sales Prep
- Notice Date
- 6/12/2023 9:17:20 AM
- Notice Type
- Sources Sought
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- USDA FOREST SERVICE-SPOC SW Washington DC 20250 USA
- ZIP Code
- 20250
- Solicitation Number
- Requisition_1088593
- Response Due
- 6/20/2023 11:00:00 AM
- Archive Date
- 07/05/2023
- Point of Contact
- Veronica Beck, Phone: 951-216-3068
- E-Mail Address
-
veronica.beck@usda.gov
(veronica.beck@usda.gov)
- Description
- THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ), OR AN INVITATION FOR BID (IFB). NO CONTRACT OR PURCHASE ORDER WILL BE AWARDED FROM THIS NOTICE. THE INTENT OF THIS MARKET RESEARCH EFFORT IS TO GAIN KNOWLEDGE OF VENDOR INTEREST, CAPABILITIES, AND QUALIFICATIONS AND TO RECEIVE INDUSTRY FEEDBACK REGARDING THE ATTACHED DRAFT RFP. THE RESULTING VENDOR RESPONSES WILL BE USED BY THE GOVERNMENT TO SHAPE THE ACQUISITION STRATEGY IN DEVELOPING A COMPETITIVE REQUIREMENT. THE ATTACHED DRAFT RFP IS INTENDED FOR THE PURPOSE OF INDUSTRY FEEDBACK ONLY AND IS NOT TO BE CONSTRUED AS AN ACTIVE SOLICITATION. The United States Department of Agriculture (USDA) Forest Service, Procurement and Property Services Special Projects Operations Center - Southwest Region intends to issue a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for area determination with Global Positioning System (GPS), painting and posting proposed cutting unit boundaries, tree marking, and performing cruises to determine tree volumes and tree quality. Work areas could be anywhere in the 11 National Forests located in Forest Service Southwest Region 3. Work may include field surveys or investigations, data gathering, statistical analysis, and documentation consistent with the appropriate Forest Service manual and handbook directions. The Forest Service intends to execute various task orders against the awarded single award IDIQ. The IDIQ contract is anticipated to be for a base period (up to one (1) year)�and four (4), one (1) year option periods. The Forest Service cannot provide personnel complete the requirements; therefore, the awarded contractor(s) must furnish all labor, quality control, equipment, supervision, transportation, operating supplies, and incidentals, except those items, if any, listed as Government Furnished Property. Government Furnished Property may include but not limited to, paint for marking trees and cutting unit boundaries paint, Work maps, cruise plan, and Unit boundary tags. Contractor personnel must have necessary expertise, qualifications, and experience to ensure performance of the work is conducted and completed in accordance with sound, safe, and efficient management practices and in compliance with any and all applicable regulations. Sources are being sought for entities with a North American Industry Classification System (NAICS) code 115310, Support Activities For Forestry, with a Small Business Size Standard $7.5M. Responses are requested with the following information:�� Vendor�s name, address, UEI, Cage, points of contact with telephone number(s) and e-mail address(es) Business size/classification to include any designations as Small Business, HUBZone, Woman Owned, Service-Disabled Veteran Owned, 8(a), etc. Description of capability to perform any or all of the following services (see attached Draft PWS for a detailed description of each anticipated activity):�� Activity I :������ Area Determination with Global Positioning System (GPS) Activity II :���� Boundaries Posting and Painting Activity III :��� Tree Marking Designation Activity IV :��� Refreshing Paint on Existing Marked Sale Area Activity V :���� Cruise Design and Cruise Plan Activity VI :��� Timber Cruising Activity VII :�� Area Base Cruise Methods Location(s) capable of performing services on the 11 National Forests in Region 3.�� Feedback, comments, and/or questions regarding the DRAFT PWS. Interested vendors can email responses to Veronica Beck at veronica.beck@usda.gov. Please include �Requisition 1088593� in the email subject for tracking purposes. Responses must be received by 1500 Pacific Time, June 20, 2023. Government replies to vendor responses are not guaranteed. This Sources Sought is not to be construed as a commitment by the Government of any kind. The Government is not liable for any vendor effort or cost incurred as a result of this notice, including but not limited to effort and costs associated with vendors� preparation and submission of responses.��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b759e52bd5ca4a05826d932bd6eb1d7c/view)
- Place of Performance
- Address: AZ, USA
- Country: USA
- Country: USA
- Record
- SN06712970-F 20230614/230612230113 (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 |