Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

F -- Tree Cutting Services

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and Facilities Management, Region 3 US Fish & Wildlife Service 1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
301817Q173
 
Response Due
5/3/2007
 
Archive Date
3/28/2008
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NO. 301817Q173 PROJECT TITLE: Tree Removal at Hegland Waterfowl Production Area (WPA) in Lac Qui Parle County PROJECT LOCATION: U.S. Fish & Wildlife Service Morris Wetland Management District Morris, Minnesota PROJECT DESCRIPTION: Take down all trees as marked on attached map. Removal is to be accomplished only via mechanical means such as shearing or otherwise cutting the trees and then chipping them and/or moving them into designated on-site slash piles. If chipped, the resulting material may be removed off site or spread to a depth of no greater than four inches. The slash piles must be stacked at least 50 feet from the edge of the water in a manner to allow for consumption by fire and cannot be stacked to heights greater than thirty feet (30') nor larger than a hundred feet (100') in length or width. Individual slash piles will not consist of less than ten (10) trees and must be at least 300 feet from the roads on the west and south parts of the unit. The Government will conduct the slash pile burning. All remaining stumps must be cut or otherwise mechanically reduced to a height of less than six inches (6") and each stump greater than 4" in diameter must be promptly treated with Garlon 3A or Roundup in accordance with manufacturer recommendations. Brush shall be hydro-axed or otherwise mowed to near ground level. Residue shall be spread out evenly to a depth of no more than six inches (6"). Absolutely no material should be left in the wetlands scattered throughout the cutting area. Period of Performance: Work will be performed between July 15 and March 15 and only when surface soils are dry or frozen. Once commenced, the work should proceed with due diligence. Work should not be performed during the firearms deer season. It is anticipated that this job will be completed by October 1, 2007 but the period of performance may be extended due to extenuating circumstances. Description of the area and types of trees: The attached map shows the approximate location of the trees that are to be removed. The site has been divided into two areas. The first area is approximately 17 acres and the second is approximately 21 acres. Total approximate acreage for the two areas is 38 acres. Contractor is responsible for verifying acreages prior to submission of bids. Bids should be submitted for each of the two areas and awarding of bids will depend on the amount of funding available. The dominant species is buckthorn with some Russian olive, cottonwood, and other species mixed in as well. While there is little commercial value to these trees, contractor may harvest any of it for personal use or sale and the Government will lay no claim for title or reimbursement there from. (Use of biomass is encouraged but not required under this contract) In general, these sites are normally fairly dry however there are scattered wet spots located throughout the site. A larger wetland also bisects the two sites as shown on the map. There are both surface and partially buried rocks present so care should be taken with equipment to minimize damage. Surrounding grasslands and remaining grasslands within the tree area are native prairie and these prairie areas should not be excavated or disturbed below the upper soil layer. ESTIMATED MAGNITUDE: The magnitude of this requirement in terms of physical characteristics and estimated price range is between $25,000 and $100,000. SOCIOECONOMIC PROGRAMS: This procurement shall be awarded as a Firm Fixed Priced Service Contract. For information purposes, the North American Industry Classification Code (NAICS) is 113110, Forrestry and Logging, with a size standard of $6.5 million. This Announcement is 100% Set-Aside for Small Business. The RFQ Solicitation Package will be available via electronic commerce at http://www.fedbizopps.gov on or about April 13, 2007. All Quotes along with any other requested information in accordance with the Solicitation Package shall be due NLT 5:00pm, May 3rd, 2007. A hard copy of the Solicitation package will be made available upon written request. A Hard copy of the RFQ Solicitation package will include the following: Important Notice to Quoters, Quote Schedule, Scope of Work, and Prevailing Wage Determination. Please ensure you have a complete downloaded Solicitation Package before submitting your Quote and other requested supporting documents. SITE VISIT: Offerors are urged and expected to inspect the site where the work will be performed. Site visits may be arranged during normal duty hours by contacting: Deb Beck, Assistant Manager U.S. Fish and Wildlife Service Morris Wetland Management District Morris, MN 56267 Telephone: 320-589-1001
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144853&objId=140136)
 
Place of Performance
Address: U.S. Fish & Wildlife Service Morris Wetland Management District Morris, Minnesota 56267
Zip Code: 56267
Country: US
 
Record
SN01262292-W 20070331/070329222635 (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  © 1994-2020, Loren Data Corp.