Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
MODIFICATION

F -- Pre-solicitation Notice for Vegetation Slashing and Pre-Commercial Thinning on Corps of Engineers owned lands at Dworshak Dam and Reservoir, Idaho.

Notice Date
2/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF11Q0035
 
Response Due
3/11/2011
 
Archive Date
5/10/2011
 
Point of Contact
Rhonda Long, 509-527-7227
 
E-Mail Address
USACE District, Walla Walla
(rhonda.a.long@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description of Requirement: This synopsis is not a request for quotes or proposals. This is a pre-solicitation notice that a solicitation is scheduled for release via FedBizOpps (www.fbo.gov) in the near future detailing requirements for a service requirement entitled: "Vegetation Slashing and Pre-Commercial Thinning on Corps of Engineers owned lands at Dworshak Dam and Reservoir, Idaho". This work includes slashing brush (lop and scatter) of approximately 120 acres and pre-commercial thinning of approximately 1.5 acres. Due to the fairly steep and rugged terrain and access, methods for accomplishing this work are limited to hand tools only. In addition, the Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform vegetation slashing and pre-commercial thinning as defined in the Performance Work Statement. Place of Performance: Work to be performed at Elk Creek Meadows Stewardship Area at Dworshak Dam and Reservoir, Idaho. It is critical for prospective offerors to attend the site tour in order to adequately determine cost per acre. The site can be accessed by the selected contractor, either by boat or vehicle. Access by passenger vehicle will require crossing land owned by Potlatch Corporation, Idaho Department of Lands, and other private landowners. If units are to be accessed by passenger vehicle the Contractor must obtain permission and keys from these owners. It is the responsibility of the Contractor to obtain permission to utilize roads not owned by the Corps of Engineers. Work performance period: The term of the contract begins April 15, 2011 and ends May 31, 2011. Site visit: A site visit will be offered approximately one (1) week after the solicitation is made available to bidders. The solicitation will include details regarding the site visit. Other information: Type of contract planned is firm fixed price. The solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) when released. Quotes/Proposals will be due approximately 4 weeks after the actual solicitation issuance date. This is scheduled to be issued as a Performance of Work contract. This announcement is for information and planning purposes only. Set-Aside status: This solicitation is scheduled to be issued as a 100% Small Business set-aside for Small Businesses. The North American Industry Classification System (NAICS) code is 115310. The related small business size standard is $7 million average annual income. Conducting Business with the Government: In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). All Offerors must be CCR registered prior to receiving an award. Registration instructions may be obtained, and online registration may be accomplished, at www.fbo.gov. By submission of a quote, a vendor acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prior to quoting, it is preferred that vendors complete the Online Representations and Certifications (ORCA), which requires CCR registration including an MPIN number. Instructions may be obtained and required information may be entered at http://orca.bpn.gov. If you are not ORCA registered, you will need to complete and provide paragraphs (B) through (1) of provision 52.213-3 in the solicitation. When available, the solicitation documents for this project will be accessible via FedBizOpps at www.fbo.gov. No CD's or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss or Internet connectivity or for offeror's inability to access the document posted at the reference website. Point of Contact: Rhonda Long, Contract Specialist, at (509) 527-7227 or e-mail: rhonda.a.long@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF11Q0035/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02388030-W 20110227/110225234453-bd9f8e16bc1fee46bdc4a5fcc79dd65a (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.