Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SOURCES SOUGHT

Z -- Equipment Rental with Operator on an As-Needed Basis, George Washington and Jefferson National Forests

Notice Date
1/13/2012
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
 
ZIP Code
24019
 
Solicitation Number
AG-3395-S-12-0002
 
Archive Date
4/30/2012
 
Point of Contact
Laura M. Ingram, Phone: 540-265-5113
 
E-Mail Address
lauraingram@fs.fed.us
(lauraingram@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTATIONS, BIDS OR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this Notice is to obtain information regarding the availability and capability of qualified sources to perform a potential requirement. Responses received will assist the Government in determining the appropriate acquisition method to fill the described need. All vendors are advised that this requirement may be revised or canceled at any time during the acquisition process from the solicitation phase until final award of contract(s). The George Washington and Jefferson National Forests in Virginia (GWJ) is seeking to identify small business concerns capable of furnishing all labor, equipment, supervision, transportation, operating supplies, and incidentals necessary to provide EQUIPMENT RENTAL WITH OPERATOR ON AN AS-NEEDED BASIS. The equipment will be used for culvert repair or replacement, fill material placement, slide/debris removal, road repair, and/or similar work on roads, established recreation areas, or any other reasonable developed location within the Forests' administrative boundaries. The contract period will consist of one base year and two option years (options years to be exercised at the discretion of the Contracting Officer). LOCATION AND DESCRIPTION OF WORK The equipment with operator is to be furnished by the contractor to various locations within the administrative boundaries of the George Washington and Jefferson National Forests. The two national forests contain nearly 1.8 million acres; one of the largest blocks of public land in the eastern United States. The forests include 1,664,110 acres in Virginia, 123,629 acres in West Virginia, and 961 acres in Kentucky. The forest headquarters is the Forest Supervisor's Office in Roanoke, Virginia. The GWJ is managed for multiple uses and provides many products and benefits. Developed recreation opportunities are offered at over 200 sites on the forests (including campgrounds, picnic areas and boat launches), along with nearly 2,200 miles of trails, and 1,700 miles of open roads. Elevations range from 5,729 feet at Mount Rogers to 515 feet along the South Fork of the Shenandoah River. The forests have approximately 1,250 miles of single lane (including turnouts/turnarounds) aggregate, improved native and native surfaced roads; 100 miles of two lane aggregate, improved native and native-surfaced roads and 100 bridge structures. Most roads are located in forested areas with heavy vegetation beside and overhead of roads. The Forests are divided into the following administrative units: District 1: Clinch Ranger District, 9416 Coeburn Mountain Road, Wise, VA 24293. Virginia Counties: Dickenson, Lee, Scott, Wise. Kentucky Counties: Letcher and Pike. District 2: Mt. Rogers National Recreation Area, 3714 Highway 16, Marion, VA 24354. Virginia Counties: Bland, Carroll, Grayson, Smyth, Tazewell, Washington, Wythe. District 3: Eastern Divide Ranger District, 110 Southpark Drive, Blacksburg, VA 24060. Virginia Counties: Bland, Botetourt, Craig, Giles, Montgomery, Pulaski, Roanoke, Tazewell, Wythe. West Virginia Counties: Monroe. District 4: Glenwood-Pedlar Ranger District, 27 Ranger Lane Natural Bridge, VA 24579. Virginia Counties: Amherst, Augusta, Bedford, Botetourt, Nelson, Rockbridge. District 5: James River Ranger District, 810A Madison Avenue, Covington, VA 24426. Virginia Counties: Alleghany, Botetourt, Rockbridge. West Virginia Counties: Monroe. District 6: Warm Springs Ranger District, 422 Forestry Road, Hot Springs, VA 24443. Virginia Counties: Bath, Highland. District 7: Lee Ranger District, 95 Railroad Avenue, Edinburg, VA 22824. Virginia Counties: Frederick, Page, Rockingham, Shenandoah, Warren; West Virginia Counties: Hampshire, Hardy. District 8: North River Ranger District, 401 Oakwood Drive, Harrisonburg, VA 22801. Virginia Counties: Augusta, Bath, Highland, Rockbridge, Rockingham. West Virginia Counties: Pendleton. For the administrative purposes of any resulting contracts, the Forest may create management zones that will include more than one District. Currently, those zones are contemplated as a North Zone (Lee, North River, James River and Warm Springs); a Central Zone (Eastern Divide and Glenwood/Pedlar); and a South Zone (Mount Rogers and Clinch). Information provided in response to this notice will influence the number of solicitations posted (such as one for each zone, one for each District, one Forest-wide, etc.). DESCRIPTION OF EQUIPMENT The GWJ foresees periodic, recurring needs for the following types of equipment: Motor Grader, CAT 120 M with 12-14' Moldboard, 138 HP Loader/Back Hoe, Rubber-Tired, CAT 416E, 79-95 HP, 14-16'digging depth Track-Type Tractor/Bulldozer with Ripper, CAT D5K, 96 HP Hydraulic Track Excavator, CAT 320DL, 148+ HP, 25-36 Tons Hydraulic Track Excavator, CAT 312D, 80-125 HP, 13-22 Tons End Dump Truck (Small, 5 cubic yard capacity) End Dump Truck (Large, 10+ cubic yard capacity) *Interested Vendors are also encouraged to propose other equipment having a similar nature of which the Forests might have a need. In the planned solicitation, all equipment base-rental prices will include a contractor-provided qualified operator, and mobilization and mileage costs shall be indicated for each equipment type. Estimated dollar value of work to be ordered is expected to range from approximately $20,000 to $100,000 per District per year. ACTUAL value is expected to vary significantly within those numbers, depending upon a variety of unforeseen factors, such as unusually severe weather in one area, available budget, and evolving management priorities. Single Task Orders could range from $2,500 to as much as $150,000, depending on the circumstances necessitating the order. The NAICS Code for this project will be 238910 (Site Preparation Contractors), with a Size Standard of $14.0 million average annual receipts over 3 years. Interested vendors should submit a brief overview of their firm's capabilities and past experience with projects similar in scope and magnitude to this project. Include information that can help the Forest Service develop the solicitation. Capability statements should not exceed 10 pages and should contain specific information about the types of equipment available to the firm and in the geographic locations where available. Each submittal should also include the following business information: 1) Organizational name, address and taxpayer ID number. 2) Organization DUNS number 3) Point of contact information (name, phone number, email address) 4) Business size (in NAICS code 238910) 5) Socio-economic status (HUBZone, 8(a), Veteran-Owned, Woman-Owned, etc.) Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation. After a review of the responses received, the Forest Service intends to post a pre-solicitation synopsis and solicitation in FedBizOpps. Responses received for this Sources Sought notice will not be considered an adequate response for any future solicitation. Responses to this Sources Sought Notice are due by Close of Business, February 14, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-3395-S-12-0002/listing.html)
 
Place of Performance
Address: See Notice for more information, Roanoke, Virginia, 24019, United States
Zip Code: 24019
 
Record
SN02654473-W 20120115/120113234318-e0da204f03d7fe0c943c831c5794f1e9 (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.