SOLICITATION NOTICE
F -- Berry Brush Stewardship IRSC (Fire Salvage)
- Notice Date
- 1/27/2022 3:48:50 PM
- Notice Type
- Presolicitation
- NAICS
- 113310
— Logging
- Contracting Office
- USDA-FS, STEWARDSHIP CONTRACTING BRANCH Washington DC 202501138 USA
- ZIP Code
- 202501138
- Solicitation Number
- 12363N22Q4021
- Archive Date
- 04/01/2022
- Point of Contact
- Karen Ruklic, Contract Specialist, Phone: 2089831268, Fax: 2089834098, Eric Murphy, Forester, Phone: 530-966-0923
- E-Mail Address
-
karen.ruklic@usda.gov, eric.j.murphy@usda.gov
(karen.ruklic@usda.gov, eric.j.murphy@usda.gov)
- Description
- Background: The Berry Brush Stewardship IRSC (Fire Salvage) 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.� Project Location: The project area is located in the communities of Berry Creek and Brush Creek off the Oro-Quincy Highway. The project area lies entirely on National Forest System lands within the administrative boundaries of the Feather River Ranger District, Plumas National Forest in California.� Legal land description: T 21N R5E Sections 12-14,22,24,30; T 21N R6E Sections 4-9,18-19,30; T22N R6E Sections 28,32-33, Butte County, CA.� (See draft map uploaded as an attachment to this notice.) Description: The Plumas National Forest is currently preparing the Berry Brush Stewardship IRSC which aims to restore forest health, reduce hazard trees to roads and neighboring landscapes near private lands and reduce the future risk of high severity wildfire. Goals will be accomplished through a series of silvicultural and fuels management activities designed to reduce the fuel on the landscape. The following work activities are anticipated as mandatory work items: Item 1. The resultant contract will include Forest�product removal on 1,737 acres with an estimated volume of 6,505 mbf of Douglas Fir, 3,121 mbf of Incense Cedar, 6,734 of Ponderosa Pine, 6,687 of Sugar Pine, 1,849 mbf of White Fir. A total of 24,896 mbf of sawlogs, (222,134 tons) is included in the project. This includes the volume of the mandatory Units 2-22 and 25-26.� Volume will be sold in tons. The minimum merchantable dbh for product removal will be 20 inch for all species. Item 2. �Road maintenance (23.7 miles) and specified road reconstruction (0.79 miles - 2 segments on 21N80 road) to facilitate hauling of included timber. Item 3. �Hazard tree removal along roadsides. Cut and pile unmerchantable material in all timber salvage units that can reach roadsides (8.0 inch to 19.9 inch dbh conifers and hardwoods) - Units 2-22 and 25-26. Optional work items are anticipated to include: Item 4.� Cut and pile all roadside hazard trees conifers and hardwoods (8.0 inch dbh and above) in units 45-51 with option to remove timber as subject to agreement. Item 5.� Fall and leave all roadside hazard conifer and hardwood trees over 8.0 inch dbh in Units 29, 37,38, 44, and 56. Item 6.� Cut and pile all unmerchantable material 10.0 inch to 19.9 inch dbh in interior portions of salvage Units 2-22 and 25-26. Item 7.� Specified road reconstruction on 21N80 in Unit 29 (0.4 miles-make suitable for haul). The tentative plan is to require Items 1, 2 and 3 to be completed by May 2024 and all other awarded items by May 2025. Pre-solicitation Site Visit Date and Time:� �A site visit will be held on Tuesday, February 8, 2022 at�10:00 A.M. PST for prospective contractors to facilitate dialogue on contractual requirements that are anticipated in the contract and any operational limitations foreseen by attendees.� The initial�meeting location is the�Intersection of Bald Rock (BC44605A) road and Zink (BC44665-A) Road on USFS land.� Attendees shall RSVP via email to karen.ruklic@usda.gov by close of business Friday, February 4, 2022 so that government employees can finalize travel plans.� If no responses are received from interested vendors, the meeting shall be cancelled/changed via an update to the pre-solicitation notice.�� The complete solicitation is anticipated to be posted in mid-February 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81bc6b25e8af46bc9c38843d37450049/view)
- Place of Performance
- Address: Berry Creek, CA 95916, USA
- Zip Code: 95916
- Country: USA
- Zip Code: 95916
- Record
- SN06226254-F 20220129/220127230110 (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 |