MODIFICATION
F -- F--OT-ACQ-WFM-WB FT COBB HAZARDOUS FUELS REDUCTION TREE REMOVAL
- Notice Date
- 8/3/2023 3:04:06 PM
- Notice Type
- Sources Sought
- Contracting Office
- UPPER COLORADO REGIONAL OFFICE SALT LAKE CITY UT 84138 USA
- ZIP Code
- 84138
- Solicitation Number
- 140R6023R0019
- Response Due
- 8/10/2023 4:00:00 PM
- Archive Date
- 08/25/2023
- Point of Contact
- Hirsch, Michael, Phone: 970-744-2908
- E-Mail Address
-
mhirsch@usbr.gov
(mhirsch@usbr.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought Announcement for Fort Cobb Hazard Fuel Reduction � Eastern Red Cedar Tree Removal, Fort Cobb State Park, Washita Basin Project, Oklahoma. This announcement is being used for market research and advanced planning purposes. All information received in response to this announcement that is marked ""Proprietary"" will be handled accordingly. Proprietary information will not be returned. Proposals are not requested and will not be accepted from this Sources Sought Notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED AS A RESULT OF THIS NOTICE. Work is located at Fort Cobb State Park, approximately 5 miles north of Fort Cobb, Oklahoma on State Highway 146, Oklahoma in Caddo County. The objective of this contract is to acquire services to mechanically remove eastern red cedar trees in designated areas within Fort Cobb State Park. The contractor shall furnish all labor, materials, transportation, equipment, and supervision to satisfactorily perform the services as specified. The Government estimates approximately 556 acres of mechanical clearing (drawings will be issued with the upcoming solicitation). The work includes the following tasks: 1. Masticate all Eastern Red Cedars in designated areas. A. All equipment must be inspected and cleaned in accordance with Inspection and Cleaning Manual for Equipment and Vehicles to Prevent the Spread of Invasive Species (Technical memorandum No. 86-68220-07-05) 2012 Edition before entrance to Federal property. B. Areas within 50 feet of a trail, road, mowed area, or other facility: 1. Ruts more than 4-inches deep or other excessive ground disturbance, as determined by the Quality Assurance Evaluator (QAE), shall be smoothed out and/or filled in. 2. Shred trees into mulch with individual pieces having a maximum 24-inch longest dimension and a maximum 2-inch shortest dimension. 3. Trails, roads, mowed areas, and other facilities shall be clear of any fallen limbs, trees, or other debris larger than listed above. C. Areas more than 50 feet from of a trail, road, mowed area, or other facility: 1. Ruts more than 6-inches deep or other excessive ground disturbance, as determined by the Quality Assurance Evaluator (QAE), shall be smoothed out and/or filled in. 2. Shred trees into mulch with individual pieces having a maximum 36-inch longest dimension and a maximum 4-inch shortest dimension. D. All masticated material shall be spread to a depth of no more than 6 inches. E. All stumps shall be cut flush with the ground surface; removal below the ground surface is not required. F. Avoid removing other tree species larger than 6-inch diameter at breast height. G. Work shall not be performed using equipment which will up-root trees. 2. Manually lop and scatter all eastern red cedars in areas where topography or tree density prohibits the use of machinery. A. All stumps shall be cut flush with the ground surface; removal below the ground surface is not required. B. The slash, cut down cedars, associated with the lop and scatter shall not exceed a vertical height of 18 inches and maximum length 24 inches. The Government is seeking interested small businesses, Indian small business economic enterprises, small disadvantaged businesses, woman-owned small businesses, HUBZone small businesses and/or service-disabled veteran owned small business concerns who have the specialized knowledge, experience and resources necessary to successfully complete a project of this size, scope and complexity. The NAICS Code for this project is 115310 � Fuels Management Services with a business size standard of $34 million. If an interested small business concern believes they are qualified and able to perform the work required under this proposed project, please submit a capability statement demonstrating their ability to successfully accomplish the various components of work outlined above. Potential contractors shall furnish a list of no more than three (3) Federal, State, local government, or commercial projects completed within the last 10 years, which are similar in scope and complexity to the work required under this Sources Sought Notice. The interested contractor must clearly demonstrate the ability to successfully complete projects in a timely manner, manage a variety of construction disciplines, and work collaboratively with owners. Projects similar in scope and complexity are those projects having similar principal components of work, with a contract dollar value previously identified. If the potential offeror intends to utilize subcontractors for specific work activities, the subcontractor shall demonstrate the subcontractor�s experience with identified work activities on similar projects. The following information shall be provided for each project: 1) Name and location of project; 2) Description of work; 3) Whether the offeror was the prime contractor, what portion of the work was performed by the offeror, and what portion of the work was performed by subcontractors; 4) Original completion date and actual dates and duration for each project (including modifications); 5) Initial contract amount and final contract amount (including modifications); 6) Name, address, and phone number of CO/owner/COR/point-of-contact who may verify information for the project(s); and, 7) Any problems encountered in performance of the work and corrective actions taken. The Government will not reimburse any costs associated with responding to this Sources Sought Notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not be bound to this information if a solicitation is issued. A determination by the Government not to compete this proposed contract action, based on the responses to this notice, is at the discretion of the Government. Capability statements shall be submitted to Michael Hirsch at mhirsch@usbr.gov by 5:00 PM MDT on August 10, 2023. For record keeping purposes, telephonic inquiries will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments may be issued through sam.gov, contingent upon responses to this notice. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/71ae3eda74014ea187d21ce9c71f8a66/view)
- Record
- SN06774829-F 20230805/230803230046 (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 |