Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2025 SAM #8593
SOLICITATION NOTICE

F -- Hut DxP NPL Stewardship IRSC -R6 Deschutes National Forest, Bend/Fort Rock Ranger District, OREGON

Notice Date
6/4/2025 8:06:35 AM
 
Notice Type
Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
USDA-FS, STEWARDSHIP CONTRACTING BRANCH Washington DC 202501138 USA
 
ZIP Code
202501138
 
Solicitation Number
12363N25R4004
 
Response Due
7/7/2025 12:00:00 PM
 
Archive Date
08/30/2025
 
Point of Contact
Ingrid Anderson, Phone: 541-527-5462, Lindsey Dalton, Phone: 541-316-9011
 
E-Mail Address
ingrid.anderson@usda.gov, lindsey.dalton@usda.gov
(ingrid.anderson@usda.gov, lindsey.dalton@usda.gov)
 
Description
A001 (6.4.2025): This Amendment makes minor edits to the Solicitation and Appendix D (revised docs attached) and attaches the Site Visit Notes and attendee list from the site visit held on May 21,2025. Fill out and return the SF-30 with your proposal package only if submitting an offer. Background: The Hut DxP NPL Stewardship IRSC shall be awarded using Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014�Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authority grants the Forest Service the authority to aggregate stewardship work activity requirements and solicit those requirements utilizing full and open competition. Project Location:The Hut DxP NPL Stewardship IRSC is located on the Deschutes National Forest, approximately 10 miles southeast of Bend, OR. Within T18S R12E, Sections 33-34; T19S R12E, Sections 1-4, 9-16, 21-27; T19S R13E, Sections 6, 7, 8, 18-20, 30-31, Surveyed Willamette Meridian. Site Visit Date and Time: A site visit is scheduled for Wednesday, May 21st, 2025 at 9:00 a.m. PDT at the Deschutes National Forest Supervisor�s Office at 63095 Deschutes Market Road, Bend, OR 97701. Plan to meet inside to discuss end-results and contractual requirements and then head to the field to view the contract area. Contractors shall email Ingrid Anderson at ingrid.anderson@usda.gov by 2:00 pm on Tuesday, May 20th, if they are planning to attend the meeting. Contractors that wish to view the site independently will need an approved waiver as this area is under a formal closure. Email contact Shannon Berg at shannon.berg@usda.gov or call at 541-383-4745 at least two business days prior to visiting to complete the required paperwork and receive approval to access. Description of Work: The objectives of this project are to restore forested areas towards historic conditions, improve native vegetation resilience to disturbances, reduce the threat of large-scale wildfire to adjacent private landowners, and move towards a minimum road system by accomplishing the following: Cut and remove included saw timber and green convertible biomass (Grn Bio Cv) from the Contract Area, Road Reconstruction, Treatment of Stands (trees and/or brush), Cut/Skid/Deck, Subsoiling, Road Closures, Road Decommissioning (user created and forest system roads), Removal of Abandoned Vehicles. Estimated Timber Volume is as follows: Ponderosa Pine Sawtimber 19,474 CCF Lodgepole Pine Sawtimber 2,693 CCF Green Biomass Cv 3,330 CCF The contract shall be awarded using a best value source selection method. Technical Proposals are required; see Sections L and M of the solicitation for instructions and evaluation details. The resulting contract shall be a firm, fixed price contract. Service Contract Act and Construction (Davis Bacon) Wage Determinations apply and have been provided as attachments to the solicitation. Period of Performance: The effective period of this contract is from date of award through 11/30/2032. Staggered deadlines apply to the Mandatory and Optional work. Due to the high priority of completing the project, a benchmark system will be utilized to ensure the swift implementation of mandatory items. Item 1, Cut and Removal of Included Material, shall be completed by November 30, 2030. Items 2A � 2L, Road Reconstruction, shall be completed by November 30, 2026 and shall be completed prior to hauling (associated with Item 1). Items 3 � 7 shall be completed by November 30, 2028. These benchmarks are the minimum requirements to meet, and Contractor is encouraged to complete as many acres as possible in any given year. See Evaluation Criteria for additional information. Construction Bonding: A bid bond or other acceptable bid guarantee valued at 20% of the construction total price offered (Mandatory Items 2A- 2L) shall be required and submitted with the initial offer. Bonding shall be required in connection to the value of the awarded construction work only. Payment and Performance bonds valued at 100% of the total construction price shall be required from the contract awardee.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee5aac075dd648ff82d92aa1d9e94fb5/view)
 
Place of Performance
Address: Bend, OR 97701, USA
Zip Code: 97701
Country: USA
 
Record
SN07465447-F 20250606/250604230046 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.