Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

F -- Cat Creek Thinning Stewardship

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
113310 — Logging
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Western Washington Acquisition Area, Gifford Pinchot NF, 10600 NE 51st Circle, Vancouver, WA, 98682
 
ZIP Code
98682
 
Solicitation Number
R6-GIP-5-032
 
Response Due
9/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Cat Creek Thin Stewardship project is being solicited in accordance with Section 323 of Public Law 108-7, the Consolidated Appropriations Resolution, 2003 (16 U.S.C. 2104 note). Congress has authorized the Forest Service to enter into stewardship contracting projects to perform services to achieve land management goals for the national forests and the public lands that meet local and rural community needs. Cat Creek Thin Stewardship project includes: variable density thinning of a 45 acre unit, through a combination of ground-based and cable logging systems using the existing road system; and various restoration projects to be performed in conjunction with the thinning operation. The Forest Service may exercise options for; up to 171 acres of precommercial thinning; snag creation; noxious weed monitoring; rehabilitation of the Hamilton Butte Trail #118; and signage. Option items may be exercised at any time during the 2 year contract period. The contract resulting from this solicitation will be a Services and Construction contract, with provisions for Timber Removal. The project is located in the Cispus Adaptive Management Area, in the vicinity of Cat Creek, at the intersection of Forest Service Roads 2300 and 7800. The project is located in T10N, R10E, Sections 7 & 18, Willamette Meridian, unsurveyed, in Skamania County. This project is a 100% small business set-aside. Offers will be evaluated on; total cost to the Government, combining the offered price for the timber sale and the offered prices for all potential service contract items; and technical capability. Technical capability will be evaluated based upon: (1) experience, past performance, training, and key personnel; (2) proposed operating plan and harvesting system(s); (3) economic benefit to Lewis County, if contract award is to the offeror; and (4) Level of Confidence Assessment Rating (LOCAR). All non-cost evaluation factors, when combined, are as important as the total cost to the Government. The non-cost evaluation factors are of equal importance amongst themselves. The estimated start work date is October 01, 2005. The contract performance period is two (2) years. A bid bond is not required. A performance bond is required. The performance bond penal amount shall equal the offered and accepted price of the estimated timber volume to be removed under this contract. Payment protection, as a bond or tripartite escrow agreement, is required. The penal amount shall equal the price of the construction items in the contract. The proposed contract type is firm fixed-price. Service Contract Act wage rates apply to all non-construction contract items. Davis Bacon wage rates apply to all construction line items. The applicable NAICS is 113310 - Logging. The small business size standard is 500 employees. The tentative date for release of the solicitation is on, or about, August 15, 2005. Offers are due on September 15, 2005. All responsible sources may submit an offer, which shall be considered by the agency. In accordance with FAR 4.1102(a), prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Lack of registration in the CCR on the part of the offeror will render an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 888-227-2423, or via the Internet at http://www.ccr.gov//. *************For additional information contact Mr. Miley Sutherland, Contracting Officer at 360-956-2471.***************Point of Contact Email your questions to the Western Washington Acquisition Group, Olympia, Washington, at msutherland@fs.fed.us.*********
 
Place of Performance
Address: USDA Forest Service, 10600 NE 51st Circle, Vancouver, WA
Zip Code: 98682
Country: US
 
Record
SN00856588-W 20050730/050728211823 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.