SOLICITATION NOTICE
F -- PRESCRIBED BURN CREW AND EQUIPMENT SERVICES
- Notice Date
- 2/22/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Okanogan NF, 1240 S. 2nd, Okanogan, WA, 98840
- ZIP Code
- 98840
- Solicitation Number
- RFQ-R6-8-02-08
- Response Due
- 4/9/2002
- Archive Date
- 4/24/2002
- Point of Contact
- Pamela Goodyear-Bradley, Purchasing Agent, Phone 509-826-3165, Fax 509-826-3064, - Geri Juliano, Purchasing Agent, Phone 509-826-3272, Fax 509-826-3064,
- E-Mail Address
-
pgoodyearbradley@fs.fed.us, gjuliano@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- PRESCRIBED BURN CREW AND EQUIPMENT SERVICES - The Okanogan and Wenatchee National Forests are requesting proposals for qualified contractors to furnish all personnel, supervision, equipment, supplies, and transportation necessary to perform services for preparation, ignition, holding, patrol and mop-up on prescribed burn units on the Okanogan National Forest. Preparation may include fire line construction, slash piling, chipping and fuels removal (reduction). Examples of equipment sought are wildland fire engines, dozers, transports, excavators, wood chippers, and water tenders. Time period that orders may be placed range from April 15, 2002 through November 30, 2002. The contractor is encouraged to offer any equipment and labor that is related to and qualified to perform this type of work. Crew Sizes And Support Equipment: The size of each burning crew shall be a minimum of 5 people plus one crew supervisor. Engines shall have an engine operator (FFT1 or RXB3) and crew person (FFT2 or RXCM). All equipment shall have support equipment such as chase or fuel vehicle included in hourly or daily rate. Chipping Equipment pulled by a truck shall have at least two operators and will be responsible for all chipping operations. Basic Ordering Agreement (BOA) may be established as a result of responses to this Request for Quote. Multiple awards are contemplated based on crews/equipment offered, capability and price in comparison to other offers received. These BOA's will be used primarily for prescribed burns, however, they may be used for other incidental project work and fire severity standby if necessary. When the Government requires these services, orders will be placed against these BOAs as determined to be in the Government's best interest based on best value. Factors that will be considered in making a best value source selection will be based on crews/equipment available, capability (ie., past performance, quality of work, experience, safety, training, crew availability) and price (base unit costs). Resulting purchase order awards will be made under Simplified Acquisition Procedures and limited to $100,000 or less. NAICS code is 115990 and small business size standard is $5.0 million. Solicitation package available approximately March 10, 2002.
- Record
- SN00029567-W 20020224/020222213108 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |