Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
MODIFICATION

F -- KYLE CANYON FUELS TREATMENT HAND, YARDING, HELO 2010

Notice Date
3/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Forest Service - R-4 SW Idaho/Nevada Acquisition Office
 
ZIP Code
00000
 
Solicitation Number
AG-9360-S-10-0006
 
Archive Date
4/27/2010
 
Point of Contact
Steve R Roehr, Phone: 702-839-5575, CHARLENE BYRD, Phone: 702-839-5561
 
E-Mail Address
sroehr@fs.fed.us, cbyrd@fs.fed.us
(sroehr@fs.fed.us, cbyrd@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The Spring Mountains Recreation Area in Southern Nevada is soliciting companies to perform fuels treatment work as described. It is anticipated that a solicitation will be available on or around MARCH 8, 2010. Persons interested should place themselves on the interested vendors list so they will receive updates from FBO. The solicitation will contain all necessary information, and will be posted at this site for download by interested vendors. Description The project area is located on the Spring Mountains National Recreation Area, Humboldt-Toiyabe National Forest; Clark County, Nevada. The Project is approximately 21 Air Miles Northeast from Las Vegas on Highway 157. The Project starts at approximately the intersection of Highways 157 and 158 then East for approximately 2 miles on Highway 157. The project can be reached by motor vehicle by leaving Las Vegas on Highway 95 North to the intersection with Highway 157 East. Highway 157 leads to Highway 158. The project area is 69.9 acres. The work requires the pruning to specification of trees, the cutting of trees to specification, and the cutting to specification of shrubs. All cut materials meeting specification are scheduled for removal to a Processing and Storage Area. Trees, limbs and shrubs scheduled for removal, will be removed by a Removal Method determined by the successful contract bidder. Materials scheduled for removal can be removed by Helicopter, Yarding Equipment, or by Hand Methods. Other removal methodologies will be considered such as Chipped in Place, or a combination of more than one methodology. All cut materials scheduled for removal that are larger than 3-inches in diameter and 3 foot in length will be transported to a staging area, chipped or otherwise processed into logs and cut logs and then transported to a Designated Processing and Storage Area. Until final acceptance of acreage, units, or the project, the processed cut and chipped materials are the property of the contractor. Upon Final Acceptance of Project, the cut material becomes the property of the US Forest Service. Cut materials not scheduled for removal by proposed method of removal are to be piled in preparation for burning by a US Forest Service Fire Crew at a later date. Depending upon the removal methodology, the Forest Service recognizes that up to 25% of the acreage may not be suitable for removal of all cut materials and transportation to a processing and storage area. Contractor has the opportunity to submit a bid for acres solely cut to specification and piled to specification. The material to be pruned, cut, piled, chipped-in-place, or removed from the unit and transported to a process and storage area are shrubs and small trees. Trees to be pruned are of all diameter classes. Only trees 14-inches or less at 4.5 feet above the ground (DBH) will be cut and are scheduled for removal. Hazard trees above 14-inches DBH will be removed also. The 120 day contract period will be contiguous, and will begin between April 15th (or when the snow has melted sufficiently to allow work) and May 1st. This pre-solicitation notice is for a unit-based performance service contract on approximately 69.9 acres, plus mobilization. In Units designated as: Acre Cut to Specification for Fuels Removal, Cut Materials Removed by Accepted Proposal Method, Cut Materials Processed by Chipping on Site or Removed, The Forest Service will accept and evaluate Proposed Methodology and award the contract to the successful bidder. Prior to submitting a response to the Request for Proposal, contractor will be required to do a Walk Through with the Contract Administrator. The Forest Service may require that a potential successful bidder meet with the Contracting Officer and discuss the contractor’s proposal. This will be a 120 day contract and no extensions will be granted. Contractor will be expected to begin contract compliance with a work crew sufficient to complete the project in the designated timeframe. Contractor may allow the Public to remove handcut trees and chips or choose to remove handcut trees from Government lands. At final acceptance of unit or project all handcut material becomes the property of the Forest Service. The contract requires the Contractor to furnish all labor, equipment, transportation, supplies, supervision, and incidentals necessary to achieve the objectives. All work shall be performed during daylight hours, and shall not exceed 10 hours in one day. A Traffic Control Plan and a weekly updated work schedule will be required prior to beginning the project. To arrange a visit to the site, please contact Bob Emley, COR @ remley@fs.fed.us or (559)280-0105 IF AN OFFEROR WISHING TO BE THE PRIME CONTRACT WISHES TO QUALIFY AS A SMALL BUSINESS UNDER THIS SOLICITATION, AND THEY ARE A HELICOPTER FORESTRY COMPANY, WE WILL ALSO ACCEPT SMALL BUSINESS CATEGORIZATION UNDER THE FOLLOWING NAICS CODES. PLEASE STATE THE CODE YOU ARE QUALIFYING UNDER, PROMINENTLY ON THE FIRST PAGE OF YOUR BUSINESS/PRICING PROPOSAL: AVAILABLE NAICS CODES: 115310; 113310; 481212; 481219
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/261/AG-9360-S-10-0006/listing.html)
 
Place of Performance
Address: Contracting Officer, U.S. FOREST SERVICE, HUMBOLDT-TOIYABE NATIONAL FOREST, Spring Mountains National Recreation Area, 4701 North Torrey Pines Drive, Las Vegas, Nevada, 89130, United States
Zip Code: 89130
 
Record
SN02079331-W 20100303/100301234919-e2a7669af854d8ff92936750bb51b82f (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.