SOLICITATION NOTICE
F -- Windy Helicopters Stewardship IRSC - R1, Nez Perce-Clearwater NFs, Salmon River RD
- Notice Date
- 4/2/2024 3:44:43 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
- 12363N24R4007
- Archive Date
- 06/15/2024
- Point of Contact
- Karen Ruklic, Contract Specialist, Phone: 2087023519, Kevin Hake, Phone: 2085072284
- E-Mail Address
-
karen.ruklic@usda.gov, kevin.m.hake@usda.gov
(karen.ruklic@usda.gov, kevin.m.hake@usda.gov)
- Description
- Background: The Windy Helicopters 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 on the Salmon River Ranger District of the Nez Perce-Clearwater National Forest near the town of Riggins, Idaho. The project is divided geographically into to separate areas; �White Bird Ridge Road� FSR624 and �Seven Devils Road� FSR517. Both roads area accessed from Highway 95. See attached map. Description. The Nez Perce-Clearwater National Forest is currently preparing the Windy Helicopters Stewardship IRSC to reduce the risk of, or increase resilience to, insect or disease infestations in the project area and to reduce the wildfire risk to the local communities and surrounding federal lands.� This project is being implemented as a part of the Wildfire Crisis Strategy for the Nez Perce-Clearwater Lower Salmon area. The following is anticipated for mandatory work items: Item 1: Cut and remove included timber from 169 acres (4 units) of helicopter logging units. Timber to be cut shall be designated by description and in general is classified as a commercial thin. Minimum sawlog specifications will be 7.0� DBH 8� piece for sawlog and 5.0� 16� piece for non-saw. Non-saw timber removal will be required. Whole tree yarding will be required. The timber shall be scaled.� Due to a deficit timber appraisal, this pay item shall be solicited as a priced service item.�� Estimated Timber Volume and Species composition is provided in a separate attachment. Item 2a:� Road maintenance will be required on approximately 2 miles of FSR 624 for the southern units including brushing, blading, and dust abatement for the haul route. Landings will require improvement at locations identified on project map. Note that the upper landing will require a permit with the BLM. Alternate landing locations must be approved by FS prior to construction. Item 2b:� Road maintenance will be required on FSR 517 for the northern units including, blading, and dust abatement. The Service Contract Act wage and labor requirements apply to Item 1, 2a and 2b work.� Item 3:� Road construction shall be required to bring the haul roads up to standard for FSR 517, 624, 2109, and 9908.� Work shall include gravel placement, culvert installation, curve widening and limited road reconditioning.� Commercial source gravel will be used. A complete set of supplemental road construction specifications tiered to Federal Highway Standard Specifications shall be supplied along with signed construction plans.� Davis-Bacon wage and labor requirements apply to Item 3 work. The Government�s estimate for the road construction work is between $250,000 and $500,000. Site Visit.� No organized site visit has been planned at this time.� Due to winter conditions, site visits will be coordinated on an individual basis. Over-snow travel may be required. It is estimated that the complete solicitation with all final maps and attachments shall be posted on sam.gov around the end of April 2024.� The tentative period of performance is estimated to be from date of award through October 31, 2027.� Construction Bonding:� A bid bond or other acceptable bid guarantee valued at 20% of the construction total price quoted shall be required and submitted with the initial offer.� Bonding shall be required in connection to the value of the construction work only. Payment and Performance bonds valued at 100% of the Item 3 total price shall be required from the contract awardee.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5841a5a7145e414d96a2d19f4c30a94c/view)
- Place of Performance
- Address: Riggins, ID 83549, USA
- Zip Code: 83549
- Country: USA
- Zip Code: 83549
- Record
- SN07016558-F 20240404/240402230038 (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 |