The RFP Database
New business relationships start here

2019 Tree and Brush Clearing


Alaska, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought

2019 Tree and Brush Clearing
Chena River Lakes Flood Control Project


THIS IS A SOURCES SOUGHT NOTICE ONLY; THE PROJECT IS "2019 TREE AND BRUSH CLEARING SERVICES FOR THE CHENA RIVER LAKES FLOOD CONTROL PROJECT, NORTH POLE, ALASKA". THIS IS NOT A REQUEST FOR PROPOSAL. THE U.S. ARMY CORPS OF ENGINEERS, ALASKA DISTRICT IS CONDUCTING MARKET RESEARCH PRIOR TO RELEASING A SOLICITATION.

1. The Contractor shall furnish all labor, equipment, materials, supplies, transportation, fuels and other items necessary to clear and remove or chip trees and brush within the Chena River Lakes Flood Control Project located 18 miles east of Fairbanks, Alaska near the community of North Pole. An approximate total of 15-20 acres comprised of three to six separate clearing areas will be cleared within the project. All trees and brush in each area will be felled and masticated to ground level. Tree species vary from pure to mixed stands of white birch, balsam popular, white spruce, black spruce, tamarack, willow, and alder. Birch stands are heaviest on the north half of the Project with balsam poplar and aspen found more prevalent on the south end. The Contractor can expect to encounter soft, boggy ground, standing water or snow within the treatment areas where equipment access may be difficult.

Trees and brush less than 6-inch diameter breast height will be completely masticated to chips no larger than 3 foot long by 3 inches wide and left on site. All trees that are 6 inches diameter breast height and greater will be felled, limbed and topped to a 4-inch diameter top and stacked in a designated area for public firewood. All tops within the area to be cleared will be reduced to chips. Trees felled outside the boundary of the area to be cleared will be dragged back in and chipped. Species other than birch and spruce shall not be salvaged regardless of size.


The resulting contract will be firm fixed price. The Service Contract Act will apply. Estimated award date is March 1, 2019 and all clearing shall be completed no later than May 30, 2019. The contractor will be responsible for any snow removal needed to access the clearing areas.

2. There is no solicitation at this time. This request for information does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or Invitation for Bid (IFB). Submission of any information in response to this market survey is purely voluntary; the Government does not assume financial responsibility for any costs incurred. All submissions will be considered and treated as public information. The Government will assess any responses in addition to associated market research to ascertain potential market capacity; no decision has been made regarding potential FAR Part 19 set-asides at this time. No feedback or evaluation will be provided to interested parties regarding their response, though the Government reserves the right to contact respondents on a case-by-case basis regarding their submission.

3. If this contract action is cancelled, all proposal preparation costs shall be borne by the offeror. All offerors are advised that they must be registered in System for Award Management (www.sam.gov) to be eligible for a federal contract award. Offerors are advised to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award.

4. The North American Industrial classification System (NAICS) code is 238910, which has a size standard of $15.0 million. If you are an interested vendor able to perform this requirement, please respond to the primary point of contact in this notice by e-mail addressing the following areas:
Business Information


(a) Company name and address
(b) Official website, if applicable
(c) Points of contact including telephone numbers and email addresses
(d) DUNS and CAGE codes
(e) A statement regarding your business's size status under the NAICS code identified in paragraph 4, above.
(f) Identify all other applicable designations your business falls under (i.e. woman-owned small business, small disadvantaged business, certified 8(a) program participant, HUB Zone firm, veteran-owned small business, service-disabled veteran-owned small business, etc.)
(h) A statement regarding the status of your SAM registration, including the currency of your representations and certifications
(i) Firm's interest as a prime contractor or subcontractor



Capability Information


(a) Relevant work experience with similar work (years and type of work): Identify whether your firm has the capability to meet the Government's requirement. Should portions of this requirement fall outside your company's scope or area of expertise, indicate whether you have any current partnering/teaming arrangements with other firms that would enable you to fully meet the Government's requirement.


(b) Relevant work experience in Alaskan, or similar environmental conditions (years and type of work): Identify number of years of experience and describe your firm's prior experience on projects similar to the requirement described above, especially those performed in Alaska, or similar extreme cold weather environments. Please limit your response to recent (within 3 years) and relevant projects and include the following information:


(1) Contract number, customer or firm name, or other identifying details of the project
(2) Points of contact for the project including names, telephone numbers, and email addresses
(3) City, State (if applicable)
(5) A brief description of your support of the project
(6) Percentage of work as Prime Contractor/Subcontractor


5. Interested parties are invited to submit a response to this sources sought by 2:00 PM Alaska Standard Time (AKST) on November 12, 2018. Please submit all documentation by email in PDF format and state in the subject line ""Sources Sought Response "2019 TREE AND BRUSH CLEARING SERVICES FOR THE CHENA RIVER LAKES FLOOD CONTROL PROJECT, NORTH POLE, ALASKA". Responses received after this date and time may not be reviewed.


6. Should you have any questions or concerns regarding this notice, please email the individuals listed in this notice no later than five (5) U.S. business days prior to the response by date provided above.


Eric T. Coney, Contract Specialist, Phone 9077532676, Email eric.t.coney@usace.army.mil - Christine A. Dale, Contracting Officer, Phone 907 753-5618, Fax 907 753-2544, Email christine.a.dale@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP