Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2018 FBO #6187
SPECIAL NOTICE

F -- Machine Site Preparation D124 - Site Information

Notice Date
10/30/2018
 
Notice Type
Special Notice
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Contracting North - Colville NF, 765 S. Main, Colville, Washington, 99114, United States
 
ZIP Code
99114
 
Solicitation Number
1205G119Q0005SI
 
Archive Date
6/3/2019
 
Point of Contact
Cathy E. Van Alyne, Phone: (509) 684-7114
 
E-Mail Address
cvanalyne@fs.fed.us
(cvanalyne@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Example of potential first task order. Maps for potential first task order Prospectus Letter for Machine Site Prep Machine Site Preparation Services. The Colville National Forest requires services for mechanical slash treatment and fuel reduction in the form of machine piling on the Republic and Three River Ranger Districts. Location of the work is in Stevens and Ferry Counties, Washington (located in the NE portion of Washington State). Work will vary in locations throughout the two Districts. The Contractor shall furnish all labor, supervision, materials, equipment, tools, transportation, supplies and incidentals necessary to perform the work in accordance with the specifications and provisions of the contract. The equipment shall meet the following specifications: be a track-mounted excavator; ground pressure maximum 7 psi; climbing ability up to 45% slope; pivot attachment arm shall be able to swing 360 degrees while the tracks remain stationary; reach attachment arm shall have a minimum reach of 22 feet; and the machine shall have the capability of picking up wood debris from 1 inches to 15 inches in diameter while at the same time allowing all loose soil, litter and duff to fall free so that it is not put into the pile. The machine shall be equipped with a grapple or claw rake and thumb. No bucket and thumb will be allowed. The resultant contract will be an Indefinite Quantity/ Indefinite Delivery (IDIQ) contract with a base year and four one-year option periods (for Fiscal Years 2020 through 2024). One award (or two awards) will be made. Price will be quoted by the acre. The minimum guarantee will be listed in the solicitation along with the ceiling price. Task orders will be placed based on site conditions and funding availability. Contract time in the field is estimated from June 15th through November 15th depending on weather and site locations. The Contractor will be paid for actual work ordered, performed and accepted by the Government. (Note: More areas may be added to the contract and will be listed in the solicitation.) This project will be advertised as a written request for quotations and will be solicited under the Simplified Acquisition Procedures (SAP) and Acquisition of Commercial Item rules (Test Program). Estimated issue date of the solicitation is on or about January 2019. The solicitation will be posted electronically at this (FedBizOpps) site when it issues. The actual due date will be listed in the solicitation. The project is a 100 percent small business set-aside. The NAICS code is 115310 and Size Standard is $19.00 million. All responsible sources may submit a quote which will be considered. An electronic copy of the solicitation will be posted at the site on the issue date. Funding for this requirement is currently not available, but is anticipated for this fiscal year 2019. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the solicitation's closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror/quoter for any costs incurred. With this notice is the prospectus. The information is provided so that potential quoters will have an opportunity to visit the representative sites while they are still accessible. Some changes from this notice may occur in the actual solicitation, but the enclosed information is a representative of work to be done.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05G1/1205G119Q0005SI/listing.html)
 
Place of Performance
Address: Ferry and Stevens County, Washington State, Kettle Falls, Washington, 99141, United States
Zip Code: 99141
 
Record
SN05137940-W 20181101/181030230615-1a1853aab3009a6eace06e37dfed488d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.