Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
SOURCES SOUGHT

F -- Forestry and Land Management Services

Notice Date
6/6/2016
 
Notice Type
Sources Sought
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
NPS, IMR - Santa Fe MABO1100 Old Santa Fe Trail BuildingP.O. Box 728Santa FeNM87505US
 
ZIP Code
00000
 
Solicitation Number
P16PS01093
 
Response Due
6/17/2016
 
Archive Date
7/17/2016
 
Point of Contact
Kelvin J. Smalls, Contracting Officer
 
E-Mail Address
Contracting Officer
(kelvin_smalls@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice - P16PS01093 Fuels Reduction & Management IDIQ Contract Valles Caldera - VALL National Park Service, Intermountain Region, Santa Fe - Major Acquisition Buying Office (SF-MABO) This is a Sources Sought Notice for the purpose of conducting market research, and obtaining industry information ONLY. No proposals are being requested, nor accepted at this time. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications from small business concerns, including 8(a), Historically Underutilized Business Zone (HUBZone), Woman Owned Small Business, Small Disadvantaged Business (SDB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The National Park Service (NPS), Intermountain Region, will use information obtained through this synopsis to develop an acquisition strategy for acquiring fuels reduction / management services for the Valles Caldera National Preserve (VALL) in New Mexico. The Santa Fe Major Acquisition Buying Office (SF-MABO), intends to issue a formal Request for Proposals (RFP) to award an indefinite delivery indefinite quantity (IDIQ) contract for fuels reduction and management services for VALL. Typical work under this contract will include wildland hazard fuels reduction and disposal, and related road management activities and services. The contract will require cutting, slashing, chipping, hand-piling of vegetation, mastication, vegetation manipulation, and/or transport of vegetation in compliance with the specific requirements of individual task orders. Task order work will include furnishing labor, supervision, transportation, operating supplies, and incidentals to perform all work necessary to conduct thinning, slashing, lop and scatter, mastication, selective slashing, pruning, fuel modification zone construction, hand-piling and cover, transportation of logs, chips, and other vegetation, road opening/construction/maintenance, road decommissioning, constructing road barriers/obstructions. Task order project locations will include reforestation areas, natural and managed stands of timber of all ages, size, and species, shrub fields, or grass areas. Fuels may consist of natural standing live and dead fuels, natural dead and down fuels, activity slash, and naturally disturbed shrubs and trees. Fuel loadings will range from less than tons per acre to as high as 100 tons or more per acre. Treatments such as thinning, brushing, piling, fuel-break construction and prescribed fire have been shown to reduce the risk of wildland fire as well as the severity of fires that do occur. It is the objective of this contract to treat fuels present on units identified by the NPS and their partners to reduce fuel loading and optimize the treatment of those fuels in the most effective manner. The work of this contract will be performed at the Valles Caldera National Preserve in the Jemez Mountains of northern New Mexico (Sandoval and Rio Arriba Counties). Specific project locations will be provided for each individual task order. Access to task order project areas is by seasonal dirt/gravel roads and old (abandoned) logging roads. Seasonal roads may be impassable for several days after heavy rains, or snow-blocked during the winter months. Local administrators will have the final decision as to whether a road is impassable and temporarily closed. There are several unique features of task order project locations in the VALL, to include: Large-dbh (diameter at breast-height) standing timber, wildlife, trees and snags that will need to be preserved, research plots, archaeologically significant sites, etc., may be located within project areas and cannot be disturbed during contract activities. As necessary and appropriate, local preserve staff will identify these resources for avoidance. Based on the results of our market research, and interest demonstrated by responses to this synopsis, our ultimate goal is award of either a single, or multiple award IDIQ contracts (up to three contractors), to qualified small business concerns. The North American Industry Classification System (NAICS), code for this contract is 115310 (Support Activities for Forestry, Fuels Management Services). The associated small business size standard is $19.0 million. Total contract period for the contract, including all option periods, shall not exceed five (5) calendar years. Typical task orders will range in value from $25,000 to $400,000, with a minimum task order value of $2,000, and a maximum task order value of $1,000,000. The total aggregate value of all individual task orders placed against the contract shall not exceed $15,000,000. The NPS is requesting that interested small business concerns furnish the following information (Total submission not to exceed four pages): (1) Company name, address, point of contact, telephone number, and email address. (2) Business type classification, 8a, HUBZone, WOSB, SBD, SDVOSB, large / small business etc., (3) Provide a general statement of your qualifications, capabilities and ability to perform the required types of work. (4) Demonstrate experience and technical competence in the execution of similar projects, in the typical dollar value range of $25,000 to $400,000. (5) Provide a brief list and description of at least three completed projects, specific work performed, contract number, total contract value, and period of performance for the submitted project. Contracts / projects submitted must be similar in scope and dollar value to the work described in this sources sought. (6) Responders, including joint ventures, should demonstrate that they have the capacity to perform all aspects of the types of work described in this synopsis, either by their in-house capabilities or through their teaming / subcontractors capabilities. Existing and potential Joint-Ventures, Mentor / Protg, and teaming arrangements are acceptable and encouraged. ONLY e-mailed responses will be accepted. Responses should be provided no later than 17 June 2016. The Government is under no obligation to consider information received after 17 June 2016 as part of the formal market research for this, or any future acquisition that may be contemplated. All responses should be e-mailed to kelvin_smalls@nps.gov. Primary Point of Contact: Kelvin J. Smalls, (505) 988-6083 kelvin_smalls@nps.gov National Park Service IMSF ACG 1100 Old Santa Fe Trail Santa Fe, NM, 87505-0360
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01093/listing.html)
 
Place of Performance
Address: Valles Caldera National Preserve (VJemez Springs Administrative Office90 Villa Louis MartinNM87025USA
Zip Code: 87025
 
Record
SN04139432-W 20160608/160606234425-f14e311075d639cf43180c77ac402fca (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.