Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2016 FBO #5358
SOLICITATION NOTICE

F -- Young Drop and Leave (YDL) Harvest at Leadbetter Point for Willapa NWR - Ilwaco

Notice Date
7/23/2016
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F16PS00872
 
Response Due
8/18/2016
 
Archive Date
9/2/2016
 
Point of Contact
Stearns, Michael
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) - Contracting and General Services (CGS) Region 1, located at 911 NE 11th Avenue; Portland, OR 97232, is issuing a Presolicitation Notice for Young Drop and Leave (YDL) Harvest at Leadbetter Point for the Willapa National Wildlife Refuge (NWR) - Ilwaco, WA. THE WORK CONSISTS OF: - Contractor shall clear forests on the western portion of the Leadbetter Point Unit. YDL shall be utilized on these dense, young stands (typically 15 to 40 years old) with small diameter trees which are not merchantable. Work shall begin from the southern end of the harvest unit and proceed northwards. - Contractor shall use chainsaws to fell take trees within the site boundary to achieve the prescribed density (i.e. zero). Fuel for chainsaws will be Government-furnished. Take tree selection will generally be based on tree species (i.e. pine and spruce) and location. Leave trees will comprise of deciduous trees (e.g. willow and other woody shrubs). Take trees shall be left onsite to provide wildlife habitat and to decompose naturally by slowly releasing nutrients and organic material back into the soil. - Contractor shall consult and coordinate with Refuge staff on all aspects of the project, assist Refuge staff in marking the unit boundaries, plan and provide equipment and personnel for thinning operations, provide onsite supervision and direction of day-to-day operations of the contractors workforce during thinning operations, and fell large noxious plants (e.g. Scotch broom or gorse) when they are encountered in the course of clearing target trees. - Within ninety (90) days after the harvest has been completed, the contractor shall provide a progress report to the Technical POC for review and approval. Detailed information can be located in the performance work statement. EVALUATION: The Government will award a contract resulting from this solicitation to the responsive offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be sued to evaluate offers: - Offerors shall provide documentation on at least two (2) habitat restoration or management projects that have included thinning or commercial logging for threatened / endangered wildlife conservation objectives. Each project shall demonstrate experience with either variable density thinning, young drop and leave thinning or commercial logging for wildlife conservation objectives. Each project shall demonstrate experience working around sensitive / rate plant species and endangered / threatened wildlife species. - Offerors shall briefly describe their qualifications and experience, to include but not be limited to: Forest management, wildlife biology and management, threatened / endangered species conservation management, plant identification and invasive species control. Additional information can be found under FAR Provision 52.212-2. SITE VISIT: Offerors are urged and expected to inspect the site where the work will be performed. An organized site visit has been scheduled for August 11, 2016 at 9:00 AM (PDT). Location of the site visit will be at the West End of Oysterville Road (Beach Approach) in Ilwaco, WA. In order to participate in the site visit, you must email the Contracting Officer, Mr. Michael Stearns (michael_stearns@fws.gov) and Refuge Manager, Ms. Jackie Ferrier (jackie_ferrier@fws.gov), and provide the following information for each attendee: - Name of company; - Name and title; and - Phone number and email address. Minimum information, listed above, must be provided by August 10, 2016 at 9:00 AM (PDT). Anyone not on the approved list prior to the start time of the site visit may not be allowed to participate. Refer to FAR Provision 52.237-1 for additional information. DATES, SET-ASIDE INFORMATION AND GOVERNMENT POC: The solicitation, specifications and other attachments will be available for download on FedBizOpps (FBO) (http://www.fbo.gov) on or about July 26, 2016, with an anticipated quote due date of August 18, 2016. In order to view these documents, prospective offerors are required to self-register their firm with FBO (Go to http://www.fbo.gov and Register Now under Vendor / Citizens). Registrants are responsible for the accuracy of the information on the registration list. The anticipated award date will be on or about August 22, 2016. The overall period of performance of the resulting contract will be approximately from Contract Award to March 12, 2017; however, fieldwork shall only be performed between September 19 and December 02, 2016. This is an 100% small business set-aside procurement. The applicable NAICS code is 561730 (Landscaping Services) with a small business size standard of $7.5 Million. All responsible sources may submit a quotation which shall be considered by the Government. If you have any questions or are in need of assistance, please contact the Contracting Officer, Mr. Michael Stearns (michael_stearns@fws.gov; 503-736-4469).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F16PS00872/listing.html)
 
Place of Performance
Address: Willapa National Wildlife Refuge Leadbetter Point Unit 3888 State Route 101 Ilwaco WA 98624-9041 USA
Zip Code: 98624-9041
 
Record
SN04193809-W 20160725/160723233105-d1c9267d0de395501b39093760dd54ef (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.