Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

F -- Recovery-Hope Area Fuels Treatment

Notice Date
9/8/2009
 
Notice Type
Presolicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, EROC Northwest, 16400 Champion Way, Sandy, Oregon, 97055, United States
 
ZIP Code
97055
 
Solicitation Number
AG-0489-S-09-0067
 
Point of Contact
Frank J.B. Moore, Phone: 5036681612, Syreeta L Gill, Phone: 5036681782
 
E-Mail Address
fjmoore@fs.fed.us, slgill@fs.fed.us
(fjmoore@fs.fed.us, slgill@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (ARRA) PROCUREMENT. The U.S. Forest Service, EROC-NW, servicing Region 10 has a requirement to reduce wildland fire potential through the reduction of hazardous fuels as a result of insect infestation in Spruce trees within the Chugach National Forest, Alaska. Work includes mechanical fuel reduction and hand treatment of approximately 700 acres in the Hope project area comprised of mechanical fuel reduction of both salvageable and unsalvageable fuels. Included is mechanical felling and machine piling of unsalvageable hazardous fuels within specified diameter and lengths to be piled on site for burning, and slash reduction and piling for burning. Machine piles must be dirt free and piled in a compact, haystack form. Additional requirements are to provide salvageable wood products by whole tree yarding and piling of salvageable trees on landings for public disposition. The typical mitigation season normally begins in August through the end of March but may be adjusted based on weather and seasonal conditions. The contractor shall provide all management and project administration services, quality control, logistical support, labor, equipment, materials, supplies and transportation required to complete the project on time and within schedule in compliance with contract specifications. The period of performance is scheduled for 180 calendar days after receipt of notice to proceed but may be adjusted based on time of award. A negotiated, firm-fixed price contract is contemplated requiring submission of both a technical proposal and a price proposal. Award will be made to the offeror whose proposal offers the best value to the Government. This acquisition is a 100% Small Business set-aside. Contractors are required to be registered with the Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA). The solicitation with specifications and Service Contract Act wage rates will be posted to the https://www.fbo.gov/ website on or about October 30, 2009. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Proposal package and any applicable amendments, offerors must download them from the https://www.fbo.gov/ website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cc5d46b4b552b0bf2152f88f2c3eb1db)
 
Place of Performance
Address: Seward Ranger District, Chugach National Forest, 29847 Seward Highway, Seward, Alaska, 99664, United States
Zip Code: 99664
 
Record
SN01945252-W 20090910/090909084231-cc5d46b4b552b0bf2152f88f2c3eb1db (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.