Washington Bids > Bid Detail

Notice of Intent to Award a BPA Call Order against a Multiple Award Schedule BPAs for Roadside Brushing.

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159990977217775
Posted Date: May 11, 2023
Due Date: May 25, 2023
Solicitation No: 1098579
Source: https://sam.gov/opp/2d041ddaa3...
Follow
Notice of Intent to Award a BPA Call Order against a Multiple Award Schedule BPAs for Roadside Brushing.
Active
Contract Opportunity
Notice ID
1098579
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
GIFFORD PINCHOT NATIONAL FOREST
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 11, 2023 11:18 am PDT
  • Original Response Date: May 25, 2023 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 115310 - Support Activities for Forestry
  • Place of Performance:
    Trout Lake , WA 98650
    USA
Description

The USDA Forest Service (FS), Procurement & Property Services (PPS), Field Procurement Operations, Northwest Procurement Zone, is issuing this synopsis as a means of complying with the USDA’s policy in the Contracting Desk Book, SUBPART 413.3—SIMPLIFIED ACQUISITION METHODS, 413.303 Blanket Purchase Agreements (BPAs). The USDA FS intends on awarding a competitive BPA Call Order against multiple award schedule BPAs for Roadside Brushing located at USDA’s Contract Portal, awarded against solicitation number: AG-046W-S-15-0001 for Road Maintenance.



Parties having an interest in and the resources to support this requirement for Roadside Brushing in the Mt. Adams Ranger District of the Gifford Pinchot National Forest. Please contact Jorge Somoza jorge.somoza@usda.gov for additional information regarding the requirement. The applicable North American Industry Classification System (NAICS) code assigned to this acquisition is 115310, Support Activities for Forestry.



There is not a solicitation. This synopsis notification of intent to award a BPA Call order does not constitute a request for proposals; submission of any information in response to this notification is purely voluntary; the government assumes no financial responsibility for any costs incurred.



If your organization is part of this BPA and it has the potential capacity to perform these contract services, please provide the following information:




  1. organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and

  2. tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, address the administrative and management structure of such arrangements.



The government will evaluate market information to ascertain potential market capacity to:




  1. provide services consistent in scope and scale with those described in this notice and otherwise anticipated.

  2. secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;

  3. implement a successful project management plan that includes compliance with program schedules, cost containment, meeting/tracking performance, hiring/retention of key personnel, and risk mitigation; and

  4. provide services under a performance-based service acquisition vehicle.



This requirement will be competitively awarded as a BPA Call Order against the aforementioned multiple award schedule BPAs previously solicited on the Government Point of Entry (GPE). The government will not provide feedback or evaluations to companies regarding their submissions in response to this notice.



Submission Instructions: Parties who consider themselves qualified BPA to perform the above-listed services, and are part of this BPA awardees, are invited to submit a response to this notice by close of business May 25, 2023. All responses under this notice must be emailed to Jorge Somoza at jorge.somoza@usda.gov



If you have any questions concerning this synopsis notice, please contact the above noted individual.



APPENDIX 1: Draft Performance Work Statement (PWS)



C.1 DESCRIPTION OF WORK



The intent and purpose of this contract is for mechanical roadside brushing services on Forest Service Roads:




  • Forest Road 2300000 includes vegetation maintenance for 5.90 miles (MP 9.10-15.00), from MP 9.10 to MP 15.00.

  • Forest Road 2500000 includes vegetation maintenance for 23.00 miles (MP 0.00-23.00), from start to terminus.

  • Forest Road 9300000 includes vegetation maintenance for 22.00 miles (MP 4.50-26.50), from terminus at FR90 to junction with FR9310.



The project consists of the following Optional bid items:




  • Forest Road 2300000 includes vegetation maintenance for 17.60 miles (MP 15.00-32.60), from MP 15.00 to MP 32.60.

  • Forest Road 7409000 includes vegetation maintenance for 12.00 miles (MP 0.00-12.00), from start to terminus.

  • Forest Road 7600000 includes vegetation maintenance for 5.60 miles (MP 0.00-5.60), from start to terminus.

  • Forest Road 9300000 includes vegetation maintenance for 4.50 miles (MP 0.00-4.50), from start of road to junction with FR9310.

  • Forest Road 9900000 includes vegetation maintenance for 16.05 miles (MP 0.00-16.05), from start to terminus.



Contractor shall furnish all labor, equipment, mobilization, move between sites, supervision, transportation, operating supplies and incidentals necessary to perform roadside brushing services in accordance with the specifications and drawings. While mechanical brushing is specified, some hand work may be required in order to comply with applicable specifications.



The Government may unilaterally exercise the option items until October 15, 2023. If Government elects to exercise option items, additional time may be added to complete those sites.



C.2 PROJECT LOCATION



The project location is in the Gifford Pinchot National Forest. Located in Skamania and Lewis Counties, Washington.



C.3 TECHNICAL SPECIFICATIONS




  1. General:



The contractor shall conduct activities so that interference with the public is kept to a minimum. The road must be open to the public during operations. Road delays cannot exceed 20 minutes at any one time followed by an open period of no less than 10 minutes. Debris shall not be left on the road overnight.




  1. Timing Restrictions:



Provided unrestricted fire levels are in place: work can proceed from 6am to 7pm daily, Monday through Friday.



C.4 SPECIAL CONTRACT REQUIREMENTS




  1. Performance Standards:



Specification 842 outlines the acceptable quality levels, how they will be measured, and the corrective action required for both major and minor defects as defined. Section 808 details work area management and section 881 details mobilization and equipment moving. All work performed under this task order will be completed to meet or exceed the acceptable quality levels established in the specifications.




  1. Barricades, Warning Signs, And Other Devices:



Contractor shall provide warning signs as necessary. Where necessary, signs and devices shall conform to the Manual on Uniform Traffic Control Devices (MUTCD).




  1. Other Contractors:



Other Contractor(s), Forest Service Crews, or volunteer groups may be working adjacent to the project site. The Contractor shall fully cooperate with the others, including planning and notification of blasting activities, aviation activities, camp sites, or other actions involving public safety.




  1. Bio Preferred Products:




  1. The Contractor must comply with Section 9002 of the Farm Security and Rural Investment Act of 2002 (FSRIA), Executive Order (EO) 13423, “Strengthening Federal Environmental, Energy, and Transportation Management,” and the Federal Acquisition Regulation to provide biobased products.

  2. The Contractor shall utilize products and material made from biobased materials (e.g., biobased greases, biobased hydraulic fluids, biobased absorbents) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards. All supplies and materials to be used in the performance of work described herein are subject to the approval of the Contracting Officer (CO).

  3. The following are examples of products that may be used in this contract for which biobased products are available. The list is not all inclusive. It is desirable that vendors be able to supply the greatest number of biobased products listed meeting the health and environmental specifications.



Hydraulic fluids



Absorbents



Diesel fuel additives



2-cycle engine oil



Multipurpose Lubricants



Penetrating lubricants



Greases




  1. Biobased products that are designated for preferred procurement under USDA’s BioPreferred program must meet the required minimum biobased content as stated in the USDA Final Rule available at www.biopreferred.gov. The Contractor shall provide data for their biobased products such as biobased content.

  2. In addition to the biobased products designated by the U.S. Department of Agriculture in the BioPreferred Program, the Contractor is encouraged to use other biobased products.

  3. The Contractor shall comply with the provision at FAR 52.223-1, Biobased Product Certification.

    1. As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c) (3)), the Offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 3201, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the Offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements.



  4. The Contractor shall comply with the provision at FAR 52.223-2, Affirmative Procurement of Biobased ProductsUnder Service and Construction Contracts.

    1. In the performance of this contract, the contractor shall make maximum use of bio-based products that are United States Department of Agriculture (USDA) designated items unless--





(1) The product cannot be acquired--



(i) Competitively within a time frame providing for compliance with the contract performance schedule;



(ii) Meeting contract performance requirements; or



(iii) At a reasonable price.



(2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 3201.3(e)). For example, all USDA-designated items are exempt from the preferred procurement requirement for the following:



(i) Spacecraft system and launch support equipment.



(ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions.



b. Information about this requirement and these products is available at http://www.biopreferred.gov.



c. In the performance of this contract, the Contractor shall--



(i) Report to http://www.sam.gov, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30; and



(ii) Submit this report no later than



(iii) October 31 of each year during contract performance.



A Contractor may propose more than one product within a product category and/or propose a product or products addressing more than one product category.




Attachments/Links
Contact Information
Contracting Office Address
  • GIFFORD PINCHOT NF 987 MCCLELLAN RD
  • VANCOUVER , WA 98661
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 11, 2023 11:18 am PDTSpecial Notice (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 >