Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2022 SAM #7589
SOLICITATION NOTICE

Z -- Badger Fire Disaster Relief Fencing

Notice Date
9/8/2022 1:59:58 PM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
USDA FOREST SERVICE-SPOC IM Washington DC 202500001 USA
 
ZIP Code
202500001
 
Solicitation Number
1075877
 
Response Due
9/23/2022 2:00:00 PM
 
Archive Date
10/15/2022
 
Point of Contact
JESSICA LYN H. RASMUSSEN, Phone: 4123428084
 
E-Mail Address
JESSICA.RASMUSSEN@USDA.GOV
(JESSICA.RASMUSSEN@USDA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1.�Introduction.��This pre-solicitation notice is for information only and is not a commitment by the Government to solicit contractual offers or award contracts. �The Government is not soliciting, nor will it accept proposals as a result of this synopsis. �If a�competitive solicitation is issued in the future, it will be announced via The System for Award Management (SAM) at SAM.gov, and interested parties must comply with that announcement. �The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. �This is not a solicitation or a promise to issue a solicitation, and this information is subject to modification and in no way binds the Government to award a contract. 2.�Applicable North American Industry Classification System (NAICS) Code.��The applicable NAICS code is 238990 � All Other Specialty Contractors (Size Standard in millions of dollars $16.5). 3.�Type of Contract to be Awarded.��As a result of this synopsis and possible solicitation, the Special Project Operations Center, Intermountain Branch, plans to award a firm fixed price contract. 4.�Type of Solicitation.��The solicitation, if released, will be governed by Federal Acquisition Regulation Part 15, �Contracting by Negotiation�. 5.�Synopsis Posting Period.��This synopsis will be posted for 15 days. 6.�Contracting Office Points of Contact. �Jessica Rasmussen, Contracting Officer, Jessica.rasmussen@usda.gov. 7.�Contract Description.��The project includes removal and replacing 33.5 miles, repairing 6.4 and removing 6.1 miles of pasture and/or allotment boundary fences on the Minidoka Ranger District of the Sawtooth National Forest. This will include removing all old material from the site, clearing vegetation as needed for the new fence and constructing four strand barbed wire fences. The 90,100-acre Badger Fire damaged approximately 46 miles of range fencing within 13 grazing allotments. The Forest is seeking a contractor to reconstruct and/or repair fencing burned in the 2020 Badger Fire. The terrain in the Badger fire is varied and moderately rugged with a general landform of benches and plateaus dropping down into moderately deep canyons. Vegetation is comprised of sagebrush and mountain brush communities within interspersed patches of aspen and timber at higher elevations. Road access is considered good; however, many fences are not along roads (see Map 1-5). Off road use is authorized for construction and removal of old fencing materials. Off road travel is subject to soil moisture to avoid resource damage during periods where soils are saturated and specific areas where riparian areas can be crossed with equipment. There is 33.5 miles of fence removal and reconstruction (7.3 of which will be let-down reconstruction), 6.4 miles of repair and 6.1 miles of fence removal only. The statement of work is broken out by bid items where the USFS provided materials and the contractor provided the labor and technical expertise as well as bid items where the contractor provided both materials and labor and expertise. 8.�Disclosure of Magnitude.��The anticipated magnitude for this project is between $500,000 and $1,000,000.� 9.�Type of Set-aside.��Total small business set-aside. 10.�Responses.��Interested and capable sources are encouraged to respond to this synopsis with a Statement of Capability. �In addition to a Statement of Capabilities, firms responding to this announcement should include company name, Unique Entity Identifcation, point of contact, address, and indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned business, HUBZone small business, small disadvantaged business, or women-owned small business. �Responses are due within 15 days of this synopsis and should be submitted to Jessica Rasmussen at Jessica.rasmussen@usda.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/26db5b91545942339518c9850866e8c7/view)
 
Place of Performance
Address: Burley, ID 83318, USA
Zip Code: 83318
Country: USA
 
Record
SN06457563-F 20220910/220908230127 (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 |
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.