Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2023 SAM #7857
SPECIAL NOTICE

99 -- Notice of Intent to Award a BPA Call Order against a Multiple Award Schedule BPAs for Roadside Brushing.

Notice Date
5/31/2023 12:58:44 PM
 
Notice Type
Special Notice
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
MOUNT HOOD NATIONAL FOREST SANDY OR 97055 USA
 
ZIP Code
97055
 
Solicitation Number
1098943
 
Response Due
6/15/2023 2:00:00 PM
 
Archive Date
06/30/2023
 
Point of Contact
Jorge Somoza, Phone: 5094232224
 
E-Mail Address
jorge.somoza@usda.gov
(jorge.somoza@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USDA Forest Service (FS), Procurement & Property Services (PPS), Field Procurement Operations, Northwest Procurement Zone, is issuing this synopsis as a means of complying with the USDA�s policy in the Contracting Desk Book, SUBPART 413.3�SIMPLIFIED ACQUISITION METHODS, 413.303 Blanket Purchase Agreements (BPAs). The USDA FS intends on awarding a competitive BPA Call Order against multiple award schedule BPAs for Roadside Brushing located at USDA�s Contract Portal, awarded against solicitation number: AG-046W-S-15-0001 for Road Maintenance. Parties having an interest in and the resources to support this requirement for Roadside Brushing in the Hood River Ranger District of the Mt. Hood National Forest.� Please contact Jorge Somoza jorge.somoza@usda.gov for additional information regarding the requirement. The applicable North American Industry Classification System (NAICS) code assigned to this acquisition is 115310, Support Activities for Forestry. THIS NOT A SOLICITATION. This synopsis notification of intent to award a BPA Call order does not constitute a request for proposals; submission of any information in response to this notification is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization is part of this BPA and it has the potential capacity to perform these contract services, please provide the following information: organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to: provide services consistent in scope and scale with those described in this notice and otherwise anticipated. secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; implement a successful project management plan that includes compliance with program schedules, cost containment, meeting/tracking performance, hiring/retention of key personnel, and risk mitigation; and provide services under a performance-based service acquisition vehicle. This requirement will be competitively awarded as a BPA Call Order against the aforementioned multiple award schedule BPAs previously solicited on the Government Point of Entry (GPE). �The government will not provide feedback or evaluations to companies regarding their submissions in response to this notice. Submission Instructions: Parties who consider themselves qualified BPA to perform the above-listed services, and are part of these BPA awardees, are invited to submit a response to this notice by close of business June 15, 2023 by 2:00PM PDST. All responses under this notice must be emailed to Jorge Somoza at� jorge.somoza@usda.gov � If you have any questions concerning this synopsis notice, please contact the above noted individual. APPENDIX 1: Draft Performance Work Statement (PWS) C.1����� DESCRIPTION OF WORK Introduction:� This Task Order is to solicit proposals from qualified vendors of the Mt Hood N.F. Road Maintenance IDIQ Contract for roadside brushing on the Hood River Ranger District. Only the vendors who submitted bids and were accepted under the Mt. Hood Road Maintenance IDIQ contract for 807(7) equipment type �Brush Cutter� for the Eastside Zone shall be considered for this solicitation. Each contract holder will be given fair opportunity for the Task Orders issued.� Past Performance, Quality Control, prior to award and during contract performance and price will be considered on Task Order awards. All terms and conditions found in parent contract are incorporated by reference for this task order with no exceptions. Objectives:�� Removal of vegetation, including trees, on roadway surfaces and roadsides as per maintenance specification 842 �Roadway Vegetation Maintenance,� and shall be treated to the Maintenance Level 3 and 4 standards. Scope:�� NFSR 1800: Brushing of roadside shall begin MP 0.00 and continue for 8.14 miles to the to a location marked by the C.O. (through the COR).� NFSR 1310: Brushing of roadside shall begin at MP 0.0 and continue for 6.04 miles (ending at Wahtum Lake Campground) to a location marked by the C.O. (through the COR). NSFR 2820: Brushing of roadside shall begin at MP 6.47 and continue for 6.03 miles to a location marked by the C.O. (through the COR). Specifications:� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �842~Roadway Vegetation Maintenance� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �881~Mobilization/Equipment Moving� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �808~Work Area Management Location:� NFSR 1800: Located on the Hood River Ranger District. NFSR 1800: Can be accessed by heading southwest on Lost Lake road from Dee, OR, for approximately 12 miles, to the intersection of NSFR 1300 and NFSR 1800 (E. Lolo Pass Road). NFSR 1310: Located on the Hood River Ranger District NFSR 1310 can be accessed by heading southwest from��������� Dee Oregon on the Lost Lake county road for approximately 5 miles to the NFSR 1300 (Lake Branch Road) follow the 1300 road for 6.0 miles to the NFSR 1310 (Wahtum Lake Road). 2820: Located in Hood River Ranger District NSFR 2820 can be accessed by heading southwest from Dee Oregon on the Punchbowl Road approximately 4 miles to the NFSR 2820 (Dead Point Road). Quality Control Plan:� The U.S. Forest Service shall monitor vendors quality as set forth in the Acceptable Quality Levels (AQL) spreadsheet found within the maintenance specification 842 �Roadway Vegetation Maintenance.� 808� �Work Area Management�, and 881 �Mobilization / Equipment Moving�.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� Period of Performance:� Task Order shall be awarded prior to 06/22/2023. Project start time shall be between 07/3/2023 and 07/17/2023, work shall be completed prior to 08/31/2023. Period of performance may be extended due to adverse potential fire danger, where a waiver cannot be obtained, or because of elevation at project location and its likelihood for snow fall accumulations. Contractor shall be advised in writing by C.O. (through C.O.R.) if need arises for a potential season ending work stoppage.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ff70cae4d3d44daeb596ddc65bdf5f1a/view)
 
Place of Performance
Address: Mount Hood Parkdale, OR 97041, USA
Zip Code: 97041
Country: USA
 
Record
SN06699177-F 20230602/230531230108 (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.