Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2024 SAM #8136
MODIFICATION

F -- Wing East Stewardship IRSC - Region 3- Coconino National Forest

Notice Date
3/5/2024 12:22:11 PM
 
Notice Type
Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
USDA-FS, STEWARDSHIP CONTRACTING BRANCH Washington DC 202501138 USA
 
ZIP Code
202501138
 
Solicitation Number
12363N24Q4038
 
Response Due
4/4/2024 4:00:00 PM
 
Archive Date
04/30/2024
 
Point of Contact
Marshall Randol, Forest Service Representative FSR, Phone: 928-301-7521, Ingrid Anderson, Phone: 541-527-5462
 
E-Mail Address
marshall.randol@usda.gov, ingrid.anderson@usda.gov
(marshall.randol@usda.gov, ingrid.anderson@usda.gov)
 
Description
Background: The Wing East 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. NAICS: 115310: Support Services for Forestry, size standard: 34M Fuels Management Services. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. Project Location:�This Contract Area of 2,604 acres more or less is located in: T22N R6E Sections 2, 3, 4, 5, 8, 9, 10, 11, 13, 14, 15, and 16, and T23N R6E Section 35 Coconino County, G&SRB&M, Arizona Description of Work:� This project consists of both mandatory and optional service items. The project will be broken into individual service items to be bid on. Service Items include the following: Cut and Remove Included Material:�There are 23 units�acreage for a combined 2,604 acres.� These units are all mandatory.� All trees to be retained are marked in Orange Tracer Paint. The bid for this includes the work associated with cutting, skidding, processing, decking, loading, and hauling of included timber off FS Lands. See Solicitation for timber volume totals. Remove All Activity Slash from Forest Service Lands:�This includes the removal of non-merchantable slash/biomass products from landings. The units correspond with the Cut and Remove Included Material Item units. There are 679 acres of this Item that are mandatory and 1,925 acres that are optional.� Install Padding on High-Pressure Gas Pipeline Crossings*:�This is an optional item for padding travel way of a road if used for hauling material across.�Implementation of this service item is�only�required if the main haul route on FSR171 is utilized. If alternate haul routes are agreed upon that do not cross over pipelines, this item will not be required. See Attachment 1 for additional High-Pressure Gas Pipeline Crossing information. Timber Stand Improvement:�This is an optional item that consists of small diameter thinning within the same 2,604 acres of cut and remove.� Due to the high priority of completing the Wing East IRSC Project area, a benchmark system will be utilized to ensure the swift implementation of the mandatory Item 1.� For Year 1, the successful awardee of this contract will be required to complete 911 acres by March 31, 2025.� For Year 2, the successful awardee will be required to complete an additional 781 acres by March 31, 2026. For Year 3, the successful awardee will be required to complete an additional 651 acres by March 31, 2027. The remaining 261 acres shall be completed by the�final year of the contract March 31, 2028.� These benchmarks are the�minimum�requirements to meet, and contractor is encouraged to implement as many acres as possible in any given year.� See Evaluation Criteria in the solicitation for additional information.� Site Visit Date and Time:�A pre-bid site visit is scheduled for�Wednesday March 13, 2024, at 10:00 AM (Arizona Time)�and will start at the Mormon Lake Work Center, 4373 South Lake Mary Road, Flagstaff, AZ 86005. Send questions or interest to Marshall Randol at marshall.randol@usda.gov or Jacob Dahlin at jacob.dahlin@usda.gov.� Follow this notice for future notifications. The contract shall be awarded using a best value source selection method; the resulting contract shall be a firm fixed price commercial services contract. The Awardee shall furnish all labor, materials, equipment, supervision, tools, transportation, operating supplies, and incidentals necessary to perform the work in accordance with the specifications and provisions and clauses of the contract. Bid Bonds, Payment Bonds, and Performance Bonds are�not�required for this project. All Contractors must be actively registered in the System for Award Management (SAM) at�https://www.sam.gov/SAM/�to be eligible for award under this solicitation. If not actively registered by time of proposal evaluations, you will be found non-responsive. Registration in SAM is a free service � you do not need to pay to register in this system. If your registration is not active, you will not be considered for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0514065705b04871a8e6b47320b3be27/view)
 
Place of Performance
Address: Flagstaff, AZ 86005, USA
Zip Code: 86005
Country: USA
 
Record
SN06985518-F 20240307/240305230047 (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.