Search Contract Opportunities

Go Big G-Z Stewardship IRSC - Region 6, Fremont-Winema NF, Chiloquin RD   4

ID: 12363N22Q4111 • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 7, 2023, 6:19 p.m. EDT

Update Question and Answer - No amendment will be posted for this update.

Question - Item 31b Road reconstruction Construction Survey & Staking states a lump sum quantity of 20. What is unit of measure? Stations, miles?

Answer - Construction Survey and Staking only applies and will only be required for 31(l) Roadway Excavation - Curve Widening. Both Item 31(b) and Item 31(l) are lump sum with gross quantity of 20. Both Items will be awarded together as needed.

Amendment 003 Issued - Replaces Amendment 002 Schedule of Items, Timber Products Removal Price Schedule, and Notes. Replaces Appendix A in it's entirety. Adds Site Visit notes and other questions/answers. Adds Attachment as part of Item 32.

Primary COR for for the on the ground administration of Item #1 will be Curtis Yocum. Other COR(s) and GTM inspectors will be designated at time of contract award.

Amendment 002 Issued - Replaces pages 2-7 of the solicitation for the Schedule of Items, Timber Products Removal Price Schedule, and Notes.

Amendment 001 Issued - updates Appendix B minimum piece size of LP from 7" to 8" DBH for saw timber; adds three GIS zip folders; adds recently asked questions and answers; and schedules a site visit for June 20, 2023, at 9:00 am PT. Meeting location will be at the junction of the Williamson River Road and Forest Road 4542.

Background: The Go Big G-Z 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:

The project is located near the towns of Chiloquin, OR and Sprague River, OR between HWY 46 and 858 and surrounds Calimus Butte and East of Fuego Mountain.

Legal description is: In all or portions of T33S R10E Sec 13-16, 21-29, 31-36. T33S R11E Sec 7-11, 13-24, 27-31. T34S R9E Sec 1, 2, 10-12, 13-17, 20-29, 32-36, T34S R10E Sec 1-36. T34S R9E Sec 6, 18, 19, 29-31, T35S R9E Sec 1-6, 9-12. T35S R10E Sec 1-12, 17, 16. R35S R11E Sec 6, 7. Willamette Meridian; Klamath County, Oregon

Period of Performance: All work shall be completed by December 31, 2030.

Description of Work:

The intent of the project is to dramatically increase the pace and scale of forest restoration treatment to mitigate risk of catastrophic wildfire. The objective of this project is:

  1. For the contractor to complete the end-results from NEPA handoff through final completion of the project area.
  2. Contractor shall identify what work activities are needed across all project acres to meet the desired end-result objectives that shall be presented in maps and a detailed Implementation Plan prior to commencing layout.
  3. After the initial Implementation Plan (Design Detailed Logging Plan, Road Analysis Plan, Service Treatment Plan, and Contract Area Maps) has been accepted and approved, contractors will then:
  4. layout Timber Removal and Service Only treatment units.
  5. designate retention areas and clump marking or other clump retention designation.
  6. complete timber cruises for each identified timber removal treatment area.
  7. Perform road maintenance and/or road reconstruction required for forest product removal
  8. complete all on the ground timber removal and service work activities.

Total timber quantities and treatment acres are unknown and shown as estimated gross quantity. Completion and acceptance of Item 1 will determine true needed quantities for all other Items. The use of Stepladder Pricing enables the Government to establish Firm-Fixed Pricing at time of award for all Items based on differing complexity.

Changes have been made to the pre-solicitation drafts and include, but are not limited to:

  • Clauses specific to Construction requirements have been added in their entirety to the solicitation.
  • Timing of FS inspections and deliverables back to contractor have been added to Appendix A.
  • Standard B-provisions of Appendix B have been revised and updated recently for all IRSCs, these updates have been incorporated into this contract. C-Provisions for Contract Time Adjustments (only applicable to IRTCs) were incorrectly added in the pre-solicitation drafts and have been removed.

Awarded contract will be a commercial services contract with requirements for timber removal.

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

Follow this notice on SAM for future notifications by clicking the Follow button above.

Posted: June 30, 2023, 2:13 p.m. EDT
Posted: June 16, 2023, 11:18 a.m. EDT
Posted: June 1, 2023, 12:07 p.m. EDT
Posted: May 8, 2023, 7:46 p.m. EDT
Posted: May 8, 2023, 6:39 p.m. EDT

Overview

Response Deadline
July 11, 2023, 7:00 p.m. EDT Past Due
Posted
May 8, 2023, 6:39 p.m. EDT (updated: July 7, 2023, 6:19 p.m. EDT)
Set Aside
None
Place of Performance
Chiloquin, OR 97624 United States
Source

Current SBA Size Standard
$11.5 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
55% of similar contracts within the Forest Service had a set-aside.
On 5/8/23 Forest Service issued Solicitation 12363N22Q4111 for Go Big G-Z Stewardship IRSC - Region 6, Fremont-Winema NF, Chiloquin RD due 7/11/23. The opportunity was issued full & open with NAICS 115310 and PSC F099.
Primary Contact
Name
Curtis Yocum, Stewardship Procurement Analyst   Profile
Phone
(541) 219-0637

Secondary Contact

Name
Kasandra Meyer, Stewardship Acquisition Program Support Officer   Profile
Phone
(530) 605-7322

Documents

Posted documents for Solicitation 12363N22Q4111

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation 12363N22Q4111

Award Notifications

Agency published notification of awards for Solicitation 12363N22Q4111

Contract Awards

Prime contracts awarded through Solicitation 12363N22Q4111

Incumbent or Similar Awards

Contracts Similar to Solicitation 12363N22Q4111

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 12363N22Q4111

Similar Active Opportunities

Open contract opportunities similar to Solicitation 12363N22Q4111

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > USDA-FS, STEWARDSHIP CONTRACTING BRANCH
FPDS Organization Code
12C2-12363N
Source Organization Code
500169655
Last Updated
Aug. 11, 2023
Last Updated By
curtis.yocum@usda.gov
Archive Date
Aug. 11, 2023