SOLICITATION NOTICE
F -- Holden Road Danger Tree Removal
- Notice Date
- 1/14/2020 3:08:28 PM
- Notice Type
- Presolicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- OKANOGAN-WENATCHEE NATIONAL FOREST WENATCHEE WA 98801 USA
- ZIP Code
- 98801
- Solicitation Number
- 1205GG20Q0006
- Response Due
- 2/12/2020 4:00:00 PM
- Archive Date
- 02/27/2020
- Point of Contact
- Mariah Morris-Titus, Phone: 509-664-9317
- E-Mail Address
-
mariah.morristitus@usda.gov
(mariah.morristitus@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Holden Road Danger Tree Removal The U.S. Forest Service, Okanogan-Wenatchee National Forest servicing Region 6 has a requirement for danger tree removal on the the Chelan Ranger District.� It is the purpose of this contract to secure services for hand felling danger trees along both sides (north and south) of FSR-8301 from Lucerne to Holden Village on the Chelan Ranger District. Danger tree removal along both sides of the road for each mile of road is divided into different line items. It is anticipated Items 1.1-10.1 will address the removal of danger trees that are greater than 10� dbh (diameter at breast height) along road miles specified in each line item. Items 1.2- 10.2 will address the removal of danger trees that are less than 10� but greater than 5� dbh along road miles specified in each line item. All items are within areas burned by wildfire in 2015. Danger trees will be handfelled and left onsite. Danger trees will be directionally felled away from the road when possible. Danger trees that are felled onto the road will be bucked up into 20� log lengths sections.� Rio Tinto Mining company will provide equipment to move sections of felled trees off the road and out of the drainage ditches. The successful Contractor shall coordinate vehicle and equipment transportation to the job site.� Barge services are available in Chelan for hire to transport personnel, vehicles and equipment across Lake Chelan and would be a logical method to transport personnel and equipment. Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, incidental supplies necessary to perform all work described in accordance with drawings and specifications of the contract. Contractor will be paid for actual work performed. The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and are made from bio based materials (e.g. insulating foam, composite panels, concrete with fly ash, wood and concrete sealers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered. The Contractor shall assume all risk, loss, damage, or expense arising out of prosecution of the work, except as otherwise provided in the contract. It is anticipated the contract will be awarded by February 14, 2020.� It is the intent to have contractor personnel start work as soon as possible after contract award.� Work must be completed within 55 days of the issuance of the Notice to Proceed. This acquisition is determined to be under the Small Business Competitiveness Demonstration Program and posted for 100% small business set aside. Contractors are required to be registered with System for Award Management (SAM).� The ""Submit Invoice-to"" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury.� All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The solicitation with specifications and wage rates will be posted to https://beta.sam.gov/ website on or after January 29, 2020.� No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Proposal package and any applicable amendments, offerors must download them from the https://beta.sam.gov/website.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/28a3d50606de4559b9ea5ab4ff16aa1b/view)
- Place of Performance
- Address: Chelan, WA 98816, USA
- Zip Code: 98816
- Country: USA
- Zip Code: 98816
- Record
- SN05534055-F 20200116/200114230134 (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 |