SOURCES SOUGHT
F -- Prescribed Fire Support Contract-Forest Service-Intermountain Region
- Notice Date
- 7/23/2023 2:07:20 PM
- Notice Type
- Sources Sought
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- USDA-FS, CSA INTERMOUNTAIN 7 Ogden UT 844012310 USA
- ZIP Code
- 844012310
- Solicitation Number
- 1097037
- Response Due
- 8/8/2023 12:00:00 PM
- Archive Date
- 08/23/2023
- Point of Contact
- Chris Hansen, Phone: 8019081910
- E-Mail Address
-
christine.m.hansen@usda.gov
(christine.m.hansen@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Response Page Limitation: 10 Pages This Sources Sought announcement is a request for market research purposes and information only.� This is NOT a solicitation, and NO Quotes or Proposals are being requested or accepted.� No contract will be awarded from this notice.� No reimbursement will be made for any costs associated with providing information in response to this notice.� The Intermountain Region 4 �anticipates soliciting for the Prescribed Fire and Support IDIQ.� The Government is seeking responses from vendors interested in and capable of supplying the required services. The main purpose of the Prescribed Fire and Support contract(s) would be to reduce the risk of public and firefighter safety, reducing the risk of wildfires, reducing the accumulations of ground fuels, and reducing tree densities on all Region 4 National Forests. The Interagency Standards for Fire and Fire Aviation Operation 2022, Chapter 17 page 362 Use of Contractors for Prescribed Fire Implementation, states, �Agencies can contract all or part of the planning and implementation of prescribed fire operations and/or all or part of mechanical treatments for fuel management projects. Market research is being conducted to determine if there are a reasonable number of interested businesses with the capabilities to provide resources or complete burn module to assist in the Region 4 prescribed fire program. Positions could include: a complete landscape burn module consisting of a type 2 Burn Boss or a type 3 Burn Boss and/or a complete prescribed burn complement. This burn complement could result in one or more of the following or any combination: Firing Boss, Heavy Equipment Boss, 20- person Prescribed Fire Module(s), 10- person Prescribed Fire Module, and a 5-person Prescribed Fire Module, engine(s), water fuel tender(s), dozer(s), Pumpercat(s), Excavator(s), Skidgen(s), Softtract(s), all with transports. These resources may also be ordered separately to support the prescribed fire or act as a contingency resource. Prescribed burn services may include implementing a government furnished burn plan with the entire burn crew, providing specific modules and/or equipment, providing contingency availability, and operational duties such as fireline construction and/or maintenance, prescribed fire preparation, fuels pullback, brushing/lopping/scattering/pruning, ignition, holding/suppression, mop-up and patrol. The work will be performed in the Intermountain Region (Region Four, R4) which includes the following National Forests: Ashley, Boise, Bridger-Teton, Caribou-Targhee, Dixie, Fishlake, Humboldt-Toiyabe, Manti-La Sal, Payette, Salmon-Challis, Sawtooth, and the Uinta-Wasatch-Cache. Location maps where the work activities are to be performed will be provided at pre-award site visits and in the task orders. Maps may be found at this link. � The Contractor shall provide all services, supervision, equipment and supplies (except those specified as Government furnished), transportation, and qualified personnel (see the List of Attachments) necessary to meet the contract specifications. During the performance period (TBD), Contractor�s Burn Boss, prescribed fire modules, engines, water tenders, fuel tenders, dozer, pumpercat, skidgen, excavator all with transports shall be available to perform Prescribed Burn activities. The period during which work will actually be performed will be dependent on burn windows and will be designated by the Government in a written task order(s). The type of work required would be as follows: Prescribed Burning/Burning Activities, Prescribed Fire Preparation, Hand Control Line, Mechanical Control Line, Fuel Break Maintenance, Patrol and Mop-up Rehabilitation This work must be completed on either prescribed fire activities or wildfires. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of interested parties including, Large Business, Small Business (SB), Economically Disadvantaged Small Business (EDSB); 8(a); Historically Underutilized Business (HUBZone); Service-Disabled Veteran-Owned Small Business (SDVOSB); Women-Owned Small Business (WOSB); and Economically Disadvantaged Women Owned Small Business (EDWOSB).� Responses received, will be used in determining the type of solicitation to issue.� The associated North American Industry Classification System (NAICS) code for this work is 115310 � Support Activities for Forestry-Exemption 1 Fuels Management Services which carries a small business size standard of $30,000,000.00.� It is anticipated that the Prescribed Fire and Support contract(s) will be procured by firm fixed-price contract(s). The Government reserves the right to cancel this notice. All interested businesses are encouraged to reply to this announcement.� The Government is requesting that interested parties furnish/address the following information: 1.� Company name, address, point of contact, telephone number, and e-mail address. 2. Type of business (Large, Small, 8(a), HUBZone, Service-Disabled Veteran Owned Small Business, or Woman Owned Small Business, etc.) 3. Listing of completed projects within the last 3 years of either prescribed fire or wildland fire. � The name of state and wildfire Division/staging assigned to Time frames of the wildland fire/prescribed fire Specified type of work performed Burn/fire size and location Include Past Performance reference contact information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4ceec76891214ead89dc2079d2358204/view)
- Record
- SN06759725-F 20230725/230723230038 (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 |