Wing East Stewardship IRSC - Region 3- Coconino National Forest

Agency:
State: Arizona
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159349253304015
Posted Date: Mar 5, 2024
Due Date: Apr 4, 2024
Source: Members Only
Follow
Wing East Stewardship IRSC - Region 3- Coconino National Forest
Active
Contract Opportunity
Notice ID
12363N24Q4038
Related Notice
12363N24Q4038
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA-FS, STEWARDSHIP CONTRACTING BRANCH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 05, 2024 12:22 pm PST
  • Original Date Offers Due: Apr 04, 2024 04:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F099 - NATURAL RESOURCES/CONSERVATION- OTHER
  • NAICS Code:
    • 115310 - Support Activities for Forestry
  • Place of Performance:
    Flagstaff , AZ 86005
    USA
Description

Background: The Wing East Stewardship IRSC shall be awarded under the following authority:



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.



NAICS: 115310: Support Services for Forestry, size standard: 34M Fuels Management Services. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition.



Project Location: This Contract Area of 2,604 acres more or less is located in: T22N R6E Sections 2, 3, 4, 5, 8, 9, 10, 11, 13, 14, 15, and 16, and T23N R6E Section 35 Coconino County, G&SRB&M, Arizona



Description of Work:



This project consists of both mandatory and optional service items. The project will be broken into individual service items to be bid on. Service Items include the following:




  • Cut and Remove Included Material: There are 23 units acreage for a combined 2,604 acres. These units are all mandatory. All trees to be retained are marked in Orange Tracer Paint. The bid for this includes the work associated with cutting, skidding, processing, decking, loading, and hauling of included timber off FS Lands. See Solicitation for timber volume totals.

  • Remove All Activity Slash from Forest Service Lands: This includes the removal of non-merchantable slash/biomass products from landings. The units correspond with the Cut and Remove Included Material Item units. There are 679 acres of this Item that are mandatory and 1,925 acres that are optional.

  • Install Padding on High-Pressure Gas Pipeline Crossings*: This is an optional item for padding travel way of a road if used for hauling material across. Implementation of this service item is only required if the main haul route on FSR171 is utilized. If alternate haul routes are agreed upon that do not cross over pipelines, this item will not be required. See Attachment 1 for additional High-Pressure Gas Pipeline Crossing information.

  • Timber Stand Improvement: This is an optional item that consists of small diameter thinning within the same 2,604 acres of cut and remove.



Due to the high priority of completing the Wing East IRSC Project area, a benchmark system will be utilized to ensure the swift implementation of the mandatory Item 1. For Year 1, the successful awardee of this contract will be required to complete 911 acres by March 31, 2025. For Year 2, the successful awardee will be required to complete an additional 781 acres by March 31, 2026. For Year 3, the successful awardee will be required to complete an additional 651 acres by March 31, 2027. The remaining 261 acres shall be completed by the final year of the contract March 31, 2028.




  • These benchmarks are the minimum requirements to meet, and contractor is encouraged to implement as many acres as possible in any given year. See Evaluation Criteria in the solicitation for additional information.



Site Visit Date and Time: A pre-bid site visit is scheduled for Wednesday March 13, 2024, at 10:00 AM (Arizona Time) and will start at the Mormon Lake Work Center, 4373 South Lake Mary Road, Flagstaff, AZ 86005.



Send questions or interest to Marshall Randol at marshall.randol@usda.gov or Jacob Dahlin at jacob.dahlin@usda.gov.



Follow this notice for future notifications.



The contract shall be awarded using a best value source selection method; the resulting contract shall be a firm fixed price commercial services contract.



The Awardee shall furnish all labor, materials, equipment, supervision, tools, transportation, operating supplies, and incidentals necessary to perform the work in accordance with the specifications and provisions and clauses of the contract. Bid Bonds, Payment Bonds, and Performance Bonds are not required for this project.



All Contractors must be actively registered in the System for Award Management (SAM) at https://www.sam.gov/SAM/ to be eligible for award under this solicitation. If not actively registered by time of proposal evaluations, you will be found non-responsive. Registration in SAM is a free service – you do not need to pay to register in this system. If your registration is not active, you will not be considered for award.


Attachments/Links
Contact Information
Contracting Office Address
  • 1400 Independence AVE SW MS-1138
  • Washington , DC 202501138
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >