SOLICITATION NOTICE
F -- F--Oregon Caves National Monument & Preserve (ORCA) - Fiscal Year 25 Hazardous Tre
- Notice Date
- 4/17/2025 12:08:18 PM
- Notice Type
- Presolicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- DOI, NPS CONOPS STRATEGIC Washington DC 20240 USA
- ZIP Code
- 20240
- Solicitation Number
- 140PS125R0012
- Response Due
- 5/20/2025 3:00:00 PM
- Archive Date
- 06/04/2025
- Point of Contact
- McCabe, Brian, Phone: 2023397772
- E-Mail Address
-
brian_mccabe@nps.gov
(brian_mccabe@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The National Park Service at Oregon Caves Nation Monument & Preserve (ORCA) has a requirement for felling and removal of approximately 200 designated hazard trees within 100� from the centerline of the road over the entire corridor of Highway 46 from the western park border up to and including the Historic District and approximately 200 designated trees along 960 Road, 070 Road, 067 Road, 4613 Road and Mount Elijah Trail. This work also shall include the felling and removal of an approximately 200 additional designated hazard trees within 100� of the Administrative Headquarters Building, Maintenance Building, Historical District around the Cave Entrance, Visitors Center, Campground and the Main Parking Lot. All hazard trees to be removed are approximately 12-36+� Diameter at Breast Height (DBH) and may up to 200� in height. Note there are some trees that may exceed 36� DBH that will require felling, but 12-36� DBH for most of the trees identified for removal. Any hazard tree and/or portion of hazard tree that falls within 20� of road, trail or structure shall require removal. The Contractor shall furnish all equipment and sufficient personnel for selected maintenance (i.e., chain saws, tools, proper personal protective equipment, equipment, etc.) and all related incidental work as in accordance with the unit specifications stated herein. No Government furnished property shall be provided. GENERAL: This is a NEW requirement. This is a PRE-SOLICITATION NOTICE only and does not constitute a solicitation; accordingly, no response is due at this time. No questions nor phone call will be accepted about this pre-solicitation notice. All questions and phone calls will be addressed after the solicitation is posted through official amendments. Specific instructions on submitting proposals will be contained in the solicitation documents. It is anticipated that the solicitation will be issued sometime after May 1, 2025! The entire solicitation package, including all attachments, will be available electronic through SAM.gov only. Paper copies of this solicitation ARE NOT AND WILL NOT be made available. Anyone wishing to participate in this proposed procurement must obtain their copy from SAM.gov | Home. Copies will not be mailed from the Contracting Office. All amendments will be posted on SAM.gov | Home. Contractors will be solely responsible for obtaining amendments from this site to update files. PROJECT SCOPE: The Contractor shall provide all material, labor, and equipment required to perform the work described herein according to the contract plans and specifications. The general scope of work includes: Objectives: Fell approximately 600 designated hazard trees between 12-36� DBH up to 200� in height in three (3) locations within ORCA and remove any portion of the hazard tree that is within 20� of a road, campsite, infrastructure or trail. The specific locations are as follows: 1. Highway 46 corridor - Approximately 200 designated hazard trees within 100� of the road centerline of the entire corridor of Highway 46 from the western park border up to and including the Historic District. 2. Infrastructure - Approximately 200 additional designated hazard trees within 100� of the Administrative Headquarters Building, Maintenance Building, Historical District around the Cave Entrance, Visitors Center, Campground and the Main Parking Lot. 3. Additional Roads and Trails - 960 Road, 070 Road, 067 Road, 4613 Road and Mount Elijah Trail - Approximately 200 designated hazard trees within 100� of the centerline of the roads and trails. Remove all the vertical structure of a tree, leaving a flush-cut stumps. Remove all downed material resulting from hazard tree treatments, which may include but is not limited to limbs, twigs, foliage, bark, fragmented pieces of a tree, and or logs. Fell all trees in a manner that causes no damage to tables, benches, signs, waste or recycling receptacles, vehicles, structures, roads, above ground and subsurface utilities, or to any government, concessionaire or visitor property, and no injury to persons. Remove all trees with 20� of designated areas. The contractors will also be required to carry wildland fire related tools and follow fire related precautions and restrictions as necessary as detailed in the solicitation. PLACE OF PERFORMANCE: Oregon Caves National Monument & Preserve (ORCA) PROCUREMENT TYPE: The Government anticipates awarding a single firm-fixed price contract award from the solicitation under FAR 12.207 (a). The Source Selection will be conducted under FAR Part 13 � Simplified Acquisition Procedures using FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process, as authorized by FAR 13.106-1 (a)(2)(v). SET-ASIDE: This acquisition will be a 100% Small Business Set-aside. Offers will only be accepted from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 115310 � Support Activities for Forestry � Fuels Management Services and the small business size standard is $34.0. PERIOD OF PERFORMANCE: June 1, 2025, with all work to be completed by September 30, 2025. There is no prebid meeting scheduled for this project, and in accordance with FAR 52.237.1 � Site Visit - Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. NOTE 1: All prospective contractors must be registered in the System for Award Management (SAM) database at http://www.sam/gov/ before award of contract; failure to register in the SAM database shall cause your firm to be ineligible for the award and removed from consideration. NOTE 2: As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c)(3)), the offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 2902, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b1b70dcfd49f4006b96305ebe7e391de/view)
- Record
- SN07412390-F 20250419/250417230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |