SOLICITATION NOTICE
F -- Go Big G-Z Stewardship IRSC - Region 6, Fremont-Winema NF, Chiloquin RD
- Notice Date
- 6/16/2023 8:18:43 AM
- Notice Type
- Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- USDA-FS, STEWARDSHIP CONTRACTING BRANCH Washington DC 202501138 USA
- ZIP Code
- 202501138
- Solicitation Number
- 12363N22Q4111
- Response Due
- 7/11/2023 4:00:00 PM
- Archive Date
- 08/11/2023
- Point of Contact
- Curtis Yocum, Stewardship Procurement Analyst, Phone: 5412190637, Kasandra Meyer, Stewardship Acquisition Program Support Officer, Phone: 5306057322
- E-Mail Address
-
Curtis.Yocum@usda.gov, kasandra.meyer@usda.gov
(Curtis.Yocum@usda.gov, kasandra.meyer@usda.gov)
- Description
- Amendment 002 Issued�- Replaces pages 2-7 of the solicitation for the Schedule of Items, Timber Products Removal Price Schedule, and Notes.� Amendment 001 Issued - updates Appendix B minimum piece size of LP from 7"" to 8"" DBH for saw timber; adds three GIS zip folders; adds recently asked questions and answers; and schedules a site visit for�June 20, 2023, at 9:00 am PT. Meeting location will be at the junction of the Williamson River Road and Forest Road 4542. Background: The Go Big G-Z Stewardship IRSC shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014�Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. NAICS: 115310: Support Services for Forestry, size standard: 34M Fuels Management Services. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. Project Location: The project is located near the towns of Chiloquin, OR and Sprague River, OR between HWY 46 and 858 and surrounds Calimus Butte and East of Fuego Mountain. Legal description is: In all or portions of T33S R10E Sec 13-16, 21-29, 31-36. T33S R11E Sec 7-11, 13-24, 27-31. T34S R9E Sec 1, 2, 10-12, 13-17, 20-29, 32-36, T34S R10E Sec 1-36. T34S R9E Sec 6, 18, 19, 29-31, T35S R9E Sec 1-6, 9-12. T35S R10E Sec 1-12, 17, 16. R35S R11E Sec 6, 7. Willamette Meridian; Klamath County, Oregon Period of Performance:� All work shall be completed by December 31, 2030. Description of Work: The intent of the project is to dramatically increase the pace and scale of forest restoration treatment to mitigate risk of catastrophic wildfire. The objective of this project is: For the contractor to complete the end-results from NEPA handoff through final completion of the project area. Contractor shall identify what work activities are needed across all project acres to meet the desired end-result objectives that shall be presented in maps and a detailed Implementation Plan prior to commencing layout. After the initial Implementation Plan (Design Detailed Logging Plan, Road Analysis Plan, Service Treatment Plan, and Contract Area Maps) has been accepted and approved, contractors will then: layout Timber Removal and Service Only treatment units.� designate retention areas and clump marking or other clump retention designation. complete timber cruises for each identified timber removal treatment area. Perform road maintenance and/or road reconstruction required for forest product removal complete all on the ground timber removal and service work activities. Total timber quantities and treatment acres are unknown and shown as estimated gross quantity. Completion and acceptance of Item 1 will determine true needed quantities for all other Items. The use of �Stepladder Pricing� enables the Government to establish Firm-Fixed Pricing at time of award for all Items based on differing complexity. Changes have been made to the pre-solicitation drafts and include, but are not limited to: Clauses specific to Construction requirements have been added in their entirety to the solicitation. Timing of FS inspections and deliverables back to contractor have been added to Appendix A. Standard B-provisions of Appendix B have been revised and updated recently for all IRSCs, these updates have been incorporated into this contract. C-Provisions for Contract Time Adjustments (only applicable to IRTCs) were incorrectly added in the pre-solicitation drafts and have been removed. Awarded contract will be a commercial services contract with requirements for timber removal. The contract shall be awarded using a best value source selection method; the resulting contract shall be a firm fixed price commercial services contract. Follow this notice on SAM for future notifications by clicking the �Follow� button above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/031dd793746441e88d631429c42e0327/view)
- Place of Performance
- Address: Chiloquin, OR 97624, USA
- Zip Code: 97624
- Country: USA
- Zip Code: 97624
- Record
- SN06718663-F 20230618/230616230106 (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 |