SOLICITATION NOTICE
F -- Tamarack Chimney Stewardship IRSC, Plumas National Forest, R5 CA
- Notice Date
- 5/23/2022 12:40:21 PM
- Notice Type
- Presolicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- USDA-FS, STEWARDSHIP CONTRACTING BRANCH Washington DC 202501138 USA
- ZIP Code
- 202501138
- Solicitation Number
- 12363N22Q4033
- Archive Date
- 06/30/2022
- Point of Contact
- Karen Ruklic, Contract Specialist, Phone: 2089831268, Fax: 2089834098, Eric Murphy, Forester, Phone: 5309660923
- E-Mail Address
-
karen.ruklic@usda.gov, eric.j.murphy@usda.gov
(karen.ruklic@usda.gov, eric.j.murphy@usda.gov)
- Description
- Background: The Tamarack Chimney Stewardship IRSC 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 near Little Grass Valley Reservoir off the 22N94 and 22N27 roads and lies entirely on National Forest System lands within the administrative boundaries of the Feather River Ranger District, Plumas National Forest in California. �Tamarack Flat area is located 55 miles from Oroville, CA via Lumpkin Road.� Legal land description: T. 22N, R 8E., Sections 15,22-26 and T 22N, R 9E, Sections 19 and 30, Plumas County, CA. �(See draft Vicinity Map uploaded as an attachment to this notice.) Description: The Plumas National Forest is currently preparing the Tamarack Chimney Stewardship IRSC which aims to restore forest health, treat hazardous fuels adjacent to roads and neighboring landscapes, reduce the future risk of high severity wildfire, and perform meadow enhancement. Goals will be accomplished through a series of silvicultural and fuels management activities designed to reduce the hazardous fuel on the landscape. The original pre-solicitation was amended on 5/23/2022 to change the project description.� Removal of product is no longer a mandatory requirement.� Product removal shall be included as an Optional Item with the quantity of product removed to be proposed by the quoter.� Providing a quantity and price for removal is not required to be eligible for contract award but is encouraged by the Government.� Specified road maintenance shall only be required if Optional Removal of Timber Subject to Agreement is awarded; optional removal should be priced accordingly. The following work activity is anticipated as mandatory work: Item 1. Roadside fuels treatment.�Mechanically cut and pile trees in units 1-6 that can reach roadsides (8.0 inch to no upper diameter limit) (250 acres).� Optional work items are anticipated to include: Item 2.� Mechanically cut and pile all dead conifers and hardwoods (8.0 inch dbh and above) in meadow units 7-10 with option to remove timber as subject to agreement. (90 acres) Item 3. Handcut/handpile all dead conifers and hardwoods (8.0 dbh to 24.0 dbh) in stream buffers in meadow units 7-10. (25 acres) Item 4.� Remove Timber Subject to Agreement. The tentative plan is to require Item 1 to be completed by October 31, 2023 and optional items 2 and 3 by October 31, 2024.���If awarded, the deadline for product removal under Optional Item 4 would follow the deadline applicable for each respective item. Pre-solicitation Site Visit Date and Time:� �A site visit is planned for early June� with�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 shall be the�Intersection of road 22N94 and 22N27 in Unit 5 of the project.� Final meeting date and time shall be provided in the solicitation.� The access road/project area is no longer restricted for travel/viewing by snow for those contractors wishing to visit the site independently.�� The complete solicitation is anticipated to be posted in late May or early June 2022 with all final technical specifications, maps and attachments provided at that time. Contact Information Primary Point of Contact Karen Ruklic, Contract Specialist karen.ruklic@usda.gov� Phone Number 208-983-1268��(contact via email is preferred) Secondary Point of Contact Eric Murphy, Forester eric.j.murphy@usda.gov Phone Number 530-966-0923
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cafe08a2aef54bebbd023a63adf9a994/view)
- Place of Performance
- Address: Oroville, CA 95965, USA
- Zip Code: 95965
- Country: USA
- Zip Code: 95965
- Record
- SN06334857-F 20220525/220523230057 (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 |