Idaho Bids > Bid Detail

Owl Salvage Stewardship IRSC: Nez Perce-Clearwater National Forests

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159175527103562
Posted Date: Jul 25, 2023
Due Date:
Solicitation No: 12363N23R4027
Source: https://sam.gov/opp/4f44666c6c...
Follow
Owl Salvage Stewardship IRSC: Nez Perce-Clearwater National Forests
Active
Contract Opportunity
Notice ID
12363N23R4027
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA-FS, STEWARDSHIP CONTRACTING BRANCH
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 25, 2023 05:19 pm EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F099 - NATURAL RESOURCES/CONSERVATION- OTHER
  • NAICS Code:
    • 115310 - Support Activities for Forestry
  • Place of Performance:
    Pierce , ID 83546
    USA
Description

Background: The Owl Salvage 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.



**Stewardship authorities permit the Government to solicit this requirement as Full and Open competition.





Project Location. The project area is located on the North Fork Ranger District – Nez Perce-Clearwater National Forest northeast of Pierce, Idaho in Clearwater County. Access to project roads is by FSR (Forest Service Road) 246. From U.S. Highway 12, head north on State Highway 11, at Greer Junction. Travel north on State Highway 11 to Pierce, ID and continue to Headquarters, ID. Here the State Highway ends and splits into FSR 246 and 247. Turn right onto FSR 246 and travel for 19.8 miles to the bottom of the project area where FSR 246 junctions with Road 680. There are multiple ways to reach the project area with access via FSR 247 and Road 680 being another option. Please note that the 6050 road is gated. Access to this road is best accomplished during the organized site visit. See draft maps provided as attachments to this notice.





Description: The Nez Perce-Clearwater National Forests is currently preparing the Owl Salvage Stewardship IRSC, which aims to restore forest health while reducing hazardous fuels and the future risk of high severity wildfire. This objective shall be met by reconstructing Forest roads 246, 6050, 6050-A and 680 and harvesting timber within Units 1-3 that was burned in the 2021 Owl Fire. If funds allow, hazardous fuels shall also be treated on the uphill side of FSR 246 for approximately 3 miles and sawtimber may be removed from Unit 4.



NAICS Code: 115310 - Support Activities for Forestry, Fuels Management Services, Small Business Size Standard: $34,000,000



The following work activities are anticipated as mandatory work items:



Item 1. Cut and Remove Included Timber and Landing Pile Construction. The resultant contract will include mandatory product removal and landing pile construction within Units 1-3 (118 acres) with an estimated volume of 7,975 tons of sawlogs and 213 tons of Cedar products. Volume will be sold in tons. The minimum merchantable dbh will be 7 inches for all species. Road maintenance shall be performed to facilitate haul of included timber. Appraised timber value shall cover the cost of completing this work. No direct payment shall be made.



Item 2. Road Reconstruction (16.15 miles). See Summary of Quantities provided.



The estimated price range for the construction work is between $250,000-$500,000. Bid bonds shall be required equal to 20% of the Item 2 value offered. Payment and Performance bonds shall be required for 100% of the awarded value of Item 2.



The following work activities are anticipated as an optional work items:



Item 3. Roadside Hazardous Fuels Treatment (3 miles). Within the project area, fell all dead trees within 100’ on the uphill side of Forest Service Road 246.



Item 4. Cut and Remove Included Timber - Unit 4 (25 Acres). Based on current information, this will be a paid service item and will allow for helicopter yarding as well as skyline. There is an estimated volume of 1,690 tons of sawlogs and 64 tons of Cedar products within this unit.



Quoters shall be required to provide pricing for Items 2 and 3 along with offer prices for the timber associated with Item 1. Providing a price for Item 4 shall not be required but is encouraged as the goal is to remove as much hazardous fuel from the landscape as possible.



The tentative plan is to require mandatory Item 2 to be completed by 10/15/2024 and mandatory Item 1 and optional Items 3 and 4 (if awarded) by 10/15/2025.



The Government anticipates solicitation issuance on or around August 9, 2023 with offers due no less than 30 days later. A site visit will be held during the first 10 days of the solicitation period. Prospective contractors shall have the opportunity to meet with Forest officials, visit the site of work, and ask questions and provide feedback regarding contractual requirements. The initial meeting location shall be in Headquarters, ID within the large parking area directly to the right of the stop sign. Complete details shall be provided in the solicitation.



**Please note that the final contract requirements are still being developed and therefore, the information provided is subject to change. Offers shall not be developed based on the draft information provided in this notice.


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
  • Jul 25, 2023 05:19 pm EDTPresolicitation (Original)

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 >