Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Cherry Stewardship Project

Solicitation Number: R6-GP-08-0020
Agency: Department of Agriculture
Office: Forest Service
Location: R-6 Western Washington Acquisition Area, Gifford Pinchot NF
  • Print
:
R6-GP-08-0020
:
Solicitation
:
Added: Aug 06, 2008 12:48 pm
The Cherry Stewardship project is being solicited in accordance with Section 323 of Public Law 108-7, the Consolidated Appropriations Resolution, 2003 (16 U.S.C. 2104 note). Congress has authorized the Forest Service to enter into stewardship contracting projects to perform services to achieve land management goals for the national forests and the public lands that meet local and rural community needs.



Cherry Stewardship project includes: (1) harvesting an estimated 2630 tons of sawtimber by commercial thinning of 42 acres; (2) underplanting conifers (42 acres); (3) decommissioning Forest Service Road No. 4104573; (4) noxious weed abatement (6 acres); and (5) fuels treatment (42 acres). The contract resulting from this solicitation will be a stewardship Integrated Resource Service Contract (IRSC).



The project is located in the Mt. Adams Ranger District. The project is located in: T 4 N, R 5 E., Sections 21, 27 & 28; T 7 N, R 10 E., Sections 22, 23, 26 & 27, Willamette Meridian, Surveyed, Skamania County, Washington.



This project is 100% small business set-aside. Offers will be evaluated on; total cost to the Government, considering the offered price for the timber to be harvested and the offered prices for all land management activity contract items; technical capability; and utilization of the local work force. Technical capability will be evaluated based upon: experience; past performance; training; and key personnel. All non-cost evaluation factors, when combined, are as important as the total cost to the Government. The non-cost evaluation factors are of equal importance amongst themselves.



The contract performance period is four (4) years after the date of award.



A bid bond is not required. A performance bond is required with the penal amount equal to the offered and accepted price of the estimated timber volume to be removed under this contract. A payment bond, irrevocable letter of credit, or tripartite escrow agreement is required as payment protection for the road decommissioning items awarded, which is considered a construction project. The contract type is a firm fixed-price. Service Contract Act wage rates apply to all non-construction contract items. Davis Bacon wage rates apply to all construction line items.



The applicable NAICS is; 113310 – Logging, the small business size standard is 500 employees; or 237310 – Highway, Street, & Bridge Construction, the small business size standard is $31.0 million.



The tentative date for release of the solicitation is on, or about, AUG. 12, 2008. Offers are due on SEPT. 12, 2008. All responsible sources may submit an offer, which shall be considered by the agency. In accordance with FAR 4.1102(a), prospective contractors must be registered in the Central Contractor Registration (CCR), and the Online Certifications & Representations Application (ORCA), databases prior to award of a contract. Lack of registration in the CCR and ORCA on the part of the offeror will render an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 888-227-2423, or via the Internet at http://www.ccr.gov//. For additional information contact Miley Sutherland, Contracting Officer at 360-956-2471, or Jon Nakae, Project Manager, 509-395-3480.

Please consult the list of document viewers if you cannot open a file.

Solicitation 1

Type:
Solicitation
Posted Date:
August 22, 2008
Description: Solicitation
APPENDIX A.doc (252.00 Kb)
Description: Appendix A
Description: Appendix B
APPENDIX C.doc (60.50 Kb)
Description: Appendix C

Amendment 1

Type:
Mod/Amendment
Posted Date:
September 9, 2008
Description: 4104573 decom(3)
Description: 4104573 decom(4)
Description: 4104573 decom(1)
Description: 4104573 decom(2)
Description: 4104573 decom(5)
Description: 4104573 decom(6)
Berm.bmp (1,420.08 Kb)
Description: Berm
Description: Contract Area Map
Cross Ditch.bmp (1,420.08 Kb)
Description: Cross Ditch
Culvert Removal.bmp (1,420.08 Kb)
Description: Culvert Removal
Description: Project 002 Appendix A 1
slashspecs.xls (50.00 Kb)
Description: Slash Specs
waterbar.bmp (1,420.08 Kb)
Description: Waterbar
work list.bmp (1,420.08 Kb)
Description: Worklist

Amendment 2

Type:
Mod/Amendment
Posted Date:
September 16, 2008
Amend_No_001.doc (59.00 Kb)
Description: Amendment Number 1 - Offer due date extended to Thursday, September 18, 2008.
:
10600 NE 51st Circle
Vancouver, Washington 98682
:
10600 NE 51st Circle,
Vancouver, Washington 98682
United States
:
Miley B Sutherland,
Contracting Officer
Phone: 360-956-2471
Fax: 360-956-2277