Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2022 SAM #7587
SOURCES SOUGHT

F -- Blue Mile G-Z Stewardship IRSC, Fremont-Winema National Forest, Oregon

Notice Date
9/6/2022 9:47:07 AM
 
Notice Type
Sources Sought
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
USDA-FS, STEWARDSHIP CONTRACTING BRANCH Washington DC 202501138 USA
 
ZIP Code
202501138
 
Solicitation Number
12363N22Q4111
 
Response Due
9/23/2022 5:00:00 PM
 
Archive Date
10/15/2022
 
Point of Contact
Curtis Yocum - Stewardship Procurement Analyst, Phone: 5412190637
 
E-Mail Address
curtis.yocum@usda.gov
(curtis.yocum@usda.gov)
 
Description
DESCRIPTION This Notice is a Request for Information (RFI) only. Pricing data is NOT required to be submitted at this time. The project will be solicited after the desired info is obtained and contract writing is complete. NAICS: 115310: Support Services for Forestry, size standard: 20.5M Fuels Management Services. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition.� Background: The Blue Mile G-Z�Stewardship IRSC on the Fremont-Winema National Forest shall be awarded under the following 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. The objective of this project is to increase the pace and scale of forest restoration to complete the end-results from NEPA handoff through final completion of all work in the project area. Contractors shall identify what work activities are needed across all project acres to meet the desired end-result objectives that shall be presented in maps and a detailed Implementation plan prior to commencing layout. After the initial Implementation Plan has been accepted and approved, contractors will then: layout treatment timber removal units including retention areas and clump marking or other clump retention designation; layout of non-commercial service treatment units; create a detailed logging plan with maps; completion of timber cruises for each identified Treatment Area; and complete all on the ground timber removal and service work activities. See the Blue Mile IRSC Schedule of Items and Project Description for detailed project information. The following questions represents the desired information being requested in this RFI: 1. Is your company interested in completing this work and submitting a proposal? 2. Is your company capable of completing this contract with current staffing and equipment? Or do you intend to increase your staff and operational capabilities, use subcontractors, and/or a combination there of if you are the successful awardee? 3. What do you see as challenges that your company will struggle to overcome? 4. Is there any advice or direction you can provide to improve the plan prior to solicitation? 5. How many Treatment Areas would you propose to complete all phases of preparation within 4 years and full completion of all requirements (except for burning) within 6 years? Is 6 years feasible? 6. Are the desired completion dates described in the RFI feasible? I.e., Item 1 completion by Oct 31, 2023, and Treatment Area 1 prep by July 31, 2024. 7. Is your company interested in transporting of surplus/excess products via rail? 8. Any other pertinent information you can provide to us that you see as a benefit to the project plan? Answers to these questions may be submitted in writing by email to Curtis Yocum at curtis.yocum@usda.gov or by phone at 541-219-0637 by 9/23/2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e88eb916a7f54e599273293ce6ddaebc/view)
 
Place of Performance
Address: Chiloquin, OR 97624, USA
Zip Code: 97624
Country: USA
 
Record
SN06454455-F 20220908/220906230121 (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.