SOLICITATION NOTICE
F -- F--National Park Service (NPS) - Yosemite National Park (YOSE) - Wildland Urban In
- Notice Date
- 8/16/2024 5:12:54 AM
- Notice Type
- Presolicitation
- NAICS
- 115310
— Support Activities for Forestry
- ZIP Code
- 00000
- Solicitation Number
- 140PS124R0021
- Response Due
- 9/16/2024 3:00:00 PM
- Archive Date
- 10/01/2024
- Point of Contact
- McCabe, Brian, Phone: 2023397772
- E-Mail Address
-
brian_mccabe@nps.gov
(brian_mccabe@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- National Park Service (NPS) - Yosemite National Park (YOSE) - Wildland Urban Interface (WUI) Mechanical Fuels Reduction Project in four (4) locations The National Park Service - Washington Office - Contracting Operations - Strategic Branch as a requirement for a single contractor to reduce approximately 388 Acres of hazardous fuels near private property and infrastructure within four (4) Wildland Urban Interface (WUI) Communities of Yosemite National Park (YOSE), located California. The goal of the project is to reduce the intensity of wildfires, provide defensible space and increase the safety of fire suppression activities. The work includes both mechanical and manual thinning, felling, piling and chipping of materials with in the four (4) WUI Communities. GENERAL: This is a NEW requirement. This is a PRE-SOLICITATION NOTICE only and does not constitute a solicitation; accordingly, no response is due at this time. No questions nor phone call will be accepted about this pre-solicitation notice. All questions and phone calls will be addressed after the solicitation is posted through official amendments. Specific instructions on submitting proposals will be contained in the solicitation documents. It is anticipated that the solicitation will be issued sometime after August 28, 2024! The entire solicitation package, including all attachments, will be available electronic through SAM.gov only. Paper copies of this solicitation ARE NOT AND WILL NOT be made available. Anyone wishing to participate in this proposed procurement must obtain their copy from SAM.gov | Home. Copies will not be mailed from the Contracting Office. All amendments will be posted on SAM.gov | Home. Contractors will be solely responsible for obtaining amendments from this site to update files. PROJECT SCOPE: The Contractor shall provide all material, labor, and equipment required to perform the work described herein according to the contract plans and specifications. The general scope of work includes: Objectives: The primary treatment method shall include cutting small diameter trees and shrubs, piling cut material and down and dead woody debris, chip and scatter in areas where equipment and crews cannot work due to access or cultural concerns. The contractor shall accomplish the targeted area identified in the scope of work avoiding areas identified as cultural or natural resources within the project boundary. The work includes: 1. Fell hazard trees if deemed unsafe to work near with consultation of Park Forester, COR, POC. 2. Stack and pile dead and down biomass including boles less than 12"". Manipulation of material will be performed by winching, skidding, or forwarding with rubber tired or tracked equipment. 3. Thin conifers up to 20 inches diameter and remove ladder fuels. 4. Apply borax anti-fungal compound to stumps and flush cut to 6"" above ground. 5. Chip, limbs, branches, and small diameter material where piling is not feasible. All chipped materials shall be hauled offsite, unless noted otherwise within Section D.4. 6. Pile material in 8x8 diameter area and no greater than 20x20 for machine-built piles. 7. Avoid piling under or near snags, powerlines, and black oaks. Utilize open sites leaving 20-30-foot clearance from leave trees. The contractors will also be required to carry wildland fire related tools and follow fire related precautions and restrictions as necessary as detailed in the solicitation. PLACE OF PERFORMANCE: Yosemite National Park (YOSE), in Shasta County, California. PROCUREMENT TYPE: The Government anticipates awarding a single firm-fixed price contract award from the solicitation under FAR 12.207 (a). The Source Selection will be conducted under FAR Part 13 - Simplified Acquisition Procedures using FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process, as authorized by FAR 13.106-1 (a)(2)(v). SET-ASIDE: This acquisition will be a 100% Small Business Set-aside. Offers will only be accepted from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 115310 - Support Activities for Forestry - Fuels Management Services and the small business size standard is $34.0. PERIOD OF PERFORMANCE: October 1, 2024, through September 30, 2026, with the exception of the work in one of the WUI areas is to be completed by March 1, 2025. All other work must be completed by September 30, 2026. There may be prebid meeting scheduled for this project, but date, time, and location have not been determined as of this pre-solicitation announcement. They will be made known at time of issuance of the solicitation or it will be indicated that the contractors will have to visit on their own. Contractors will be strongly encouraged to attend and/or visit site. NOTE 1: All prospective contractors must be registered in the System for Award Management (SAM) database at http://www.sam/gov/ before award of contract; failure to register in the SAM database shall cause your firm to be ineligible for the award and removed from consideration. NOTE 2: As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c)(3)), the offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 2902, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ce66a8cd63914387913a7b422c5fcd13/view)
- Record
- SN07173693-F 20240818/240816230111 (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 |