Search Contract Opportunities

Cebolla FY24 LOP and Scatter Treatments   2

ID: 140L3724Q0131 • Type: Synopsis Solicitation

Description

CEBOLLA CANYON LOP AND SCATTER, BUREAU OF LAND MANAGEMENT, RIO PUERCO FIELD OFFICE, BERNALILLO COUNTY, NEW MEXICO
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement and attachments constitute the only solicitation; quotes are being requested and a written solicitation will not be issued. Consider this solicitation (140L3724Q0131) as a Request for Quotes (RFQ). This solicitation documents incorporate provisions and clauses in effect through Federal acquisition Circular 2019-03. This solicitation is set-aside for small business. NAICS 115310 - Support Activities for Forestry - Fuels Management Services. The small business size standard is $34.0 million. Product Service Code F014 - Natural Resources / Conservation - Tree Thinning. The resulting purchase order will be a firm-fixed price type contract. (SEE ATTACHMENTS FOR COMPLETE STATEMENT OF WORK, MAPS, WAGE DETERMINATIONS, AND CLAUSES / PROVISIONS.)
Approximately 350 Acres x $__________ = $________________
Location of Project
The Cebolla Canyon Forest Restoration project area on BLM administered public land is located approximately 37 miles South Southeast of Grants, Cibola County, N.M. Travel time from Albuquerque, NM on Interstate 40, NM Highway 117 and County roads 43 and 103 is approximately 1.5 hours. The area proposed for vegetation treatment consists of ponderosa pine, pi on pine, juniper trees, oak motts, and mountain mahogany shrubs (see attached map). Legal description is T4N, R10W, Sec 1; T4N, R9W, Sec 5, 6; T5N, R9W, Sec 31.
Background
An estimate of 350 acres will be cut in this project area. The purpose of this project is to remove pi on and juniper from existing Ponderosa pine stands. Cut, lop and scatter trees along meadow edges, slopes/hillsides, and canyon bottoms in a manner which, when ignited during prescribed fire operations, will increase the effectiveness of fire spread and intensity which will further reduce the density of pi on and juniper trees within the project area. Pi on and juniper trees within and adjacent to the project area have encroached on grasslands and meadows decreasing overall watershed capabilities, wildlife habitat and forage production. The work to be completed will improve overall ecosystem health and establish a receptive fuel bed which will increase the effectiveness of prescribed fire efforts to meet established ecosystem restoration objectives.
Boundaries of Project Areas
The project perimeters are irregular shapes and will be flagged prior to thinning.
Access
Standard Access: For this contract, standard access is defined as passable by use of a standard two or four wheel drive vehicle. Access will be limited to existing roads.
Roads are un-surfaced and wet weather could make travel somewhat difficult. Access into the interior of the project area will be by foot from open two-track roads.
Use of Vehicle: No vehicle use shall occur off established graded roads or two-tracks. Access will be by foot only.
If vehicle is leaving ruts in excess of 2 inches deep, then that road shall not be driven until it has dried sufficiently to avoid creating deep ruts.
UTV use is authorized by contractor only on exiting two-tracks to access project site.
All trucks entering and the leaving the area will be power washed to remove soil, vegetation, and seeds before and after treatment operations. Cleaned equipment shall be inspected by an approved authorized officer prior to moving the equipment into and out of the project area.
In accordance with the procedures in FAR Part 12 and 13, RFQ 140L3724Q0131 is available for viewing through electronic commerce via Bureau of Land Management's website at https://sam.gov.
The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and provides the best value to the Government on a Lowest Price Technically Acceptable including Experience, Past Performance, and Price.
Quotes are due Tuesday, July 30, 2024, by 4:00 p.m. Mountain Time. Contractors submit quotes by email to awhetham@blm.gov.
Note: Any contractor to submit an acceptable quote or be awarded a government contract must be registered and active in the System for Award Management (SAM). Contractors must register at www.sam.gov.
Contractor's must submit their Unique Entity ID (UEI) and CAGE code with their quote.
UEI ______________________
CAGE ____________________
For further information about this requirement, offerors should contact Audrey Whetham at awhetham@blm.gov.
The provisions and clauses attached apply to this solicitation.
Contractors Signature _______________
Date: _______________
Background
The Bureau of Land Management (BLM) is seeking commercial items for the Cebolla Canyon Lop and Scatter project in Bernalillo County, New Mexico. The project aims to remove piñon and juniper trees from existing Ponderosa pine stands to improve overall ecosystem health and establish a receptive fuel bed to increase the effectiveness of prescribed fire efforts.

Work Details
The work includes cutting, lopping, and scattering trees along meadow edges, slopes/hillsides, and canyon bottoms in a manner that will increase the effectiveness of fire spread and intensity. The project area consists of ponderosa pine, piñon pine, juniper trees, oak motts, and mountain mahogany shrubs. Access to the project area will be limited to existing roads, with foot access from open two-track roads into the interior of the project area. The contractor is required to comply with specific prescriptions for tree cutting and slash treatments.

Period of Performance
The period of performance for this contract is 60 calendar days from the time of award.

Place of Performance
The Cebolla Canyon Forest Restoration project area is located approximately 37 miles South Southeast of Grants, Cibola County, N.M.

Overview

Response Deadline
July 30, 2024, 6:00 p.m. EDT Past Due
Posted
July 16, 2024, 1:59 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Bernalillo County, NM USA
Source
SAM

Current SBA Size Standard
$11.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Signs of Shaping
51% of obligations for similar contracts within the Bureau of Land Management were awarded full & open.
On 7/16/24 BLM Idaho Region issued Synopsis Solicitation 140L3724Q0131 for Cebolla FY24 LOP and Scatter Treatments due 7/30/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 115310 (SBA Size Standard $11.5 Million) and PSC F014.
Primary Contact
Name
Whetham, Audrey   Profile
Phone
(000) 000-0000
Fax
(208) 387-5414

Documents

Posted documents for Synopsis Solicitation 140L3724Q0131

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 140L3724Q0131

Award Notifications

Agency published notification of awards for Synopsis Solicitation 140L3724Q0131

Contract Awards

Prime contracts awarded through Synopsis Solicitation 140L3724Q0131

Protests

GAO protests filed for Synopsis Solicitation 140L3724Q0131

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 140L3724Q0131

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 140L3724Q0131

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 140L3724Q0131

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > BUREAU OF LAND MANAGEMENT > NATIONAL INTERAGENCY FIRE CENTER
FPDS Organization Code
1422-FA220
Source Organization Code
100175970
Last Updated
Aug. 14, 2024
Last Updated By
fbms_acq@ios.doi.gov
Archive Date
Aug. 14, 2024