The RFP Database
New business relationships start here

Explosives & Blasting Services


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

This sources sought is a request for information to be used for preliminary market research information and planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the U.S. Government. This is NOT a solicitation and NO proposals are being requested or accepted. If a formal solicitation is generated at a later date, a solicitation notice will be published. The U.S. Government will not reimburse any respondent for any effort or information submitted in response to this sources sought. Market research is being performed to determine the extent of industry interest and capability in providing blasting services to the Forest Service. Responses received will be used to inform the agency's plan to procure blasting services. The Government reserves the right to cancel this sources sought.
The Forest Service - Region 5, Pacific Southwest Region has the responsibility for 18 National Forests spanning the State of California. The purpose of this notice is to identify potential offerors possessing the capability, certifications, and experience necessary to provide explosives and blasting services for a variety of Forest Service operations throughout the Pacific Southwest Region which may be necessary to re-open roads and trails, open waterways, or remove hazard trees and other obstructions. Forest Service blasting projects can include:
• Rock blasting to reduce the size and/or remove rock fall on roads and trails;
• Stump removal;
• Clearing landslides, debris flow, or log-jams;
• Felling hazard trees that might be difficult or risky to saw;
• Dispersing animal carcasses like horses that die on or near Forest Service trails;
• Fireline construction in a non-wildland fire situation (controlled burn);
• Fireline construction in a wildland fire situation; and
• Disposing of deteriorated explosives found on the national forest.
Anticipated work may be in remote locations accessible by high clearance 4-wheel drive vehicles or by ATV/UTV. Some blasting locations may not be accessible by motorized vehicle; the contractor must have the capability to transport and perform blasting in remote areas including trail work as far as 10 to 20 miles within designated Wilderness areas.
Types of explosive material anticipated to meet the needs of Forest Service blasting includes bridgewire, electric, and non-electric detonators; det-cord, emulsions, water gels, cast boosters and ANFO. Under no circumstance are cap and fuse to be used. Blast must be in full control of the blaster-in-charge at all times. Type of explosives used will depend upon project variables; for example, det-cord cannot be used certain times of the year on the forest due to the flash potential of starting fires.
Potential requirements may include one to 50 individual blasting projects across the region in any given year; with explosives charges ranging in size from 1 to 100 pounds. This sources sought is for both explosives suppliers with capability to procure, store, and transport explosives for blasting that may be performed by Forest Service personnel; as well as for contractors capable of performing all necessary work including explosive supply, handling, drilling, blasting, and disposal. Anticipated work may include emergency actions that must be performed within one to five days of identifying a need and/or planned blasting projects that are well defined at least 30 to 60 days in advance
Interested sources shall provide responses that contain the following information:
1. Name of company and DUNS number or CAGE code
2. Point of Contact name, telephone number, and E-mail address
3. Company address
4. Business size information; Identification of the appropriate small business eligibility as determined by the NAICS size standards, the Small Business Administration and registration in System for Award Management (SAM), including SB, HUBZone, 8A, SDVOB and WOSB, if applicable.
5. Identification of whether you are interested in this opportunity as a prime or a subcontractor.
6. Indicate whether you are interested in supplying, storing, and transporting explosive materials only; or in providing full blasting services.
7. Indicate you firm's capability of performing urgent/emergency blasting services (typically a one to five day response time frame) on National Forest System lands throughout the Pacific Southwest Region. If your firm has different capabilities and/or response time frames for different areas of the state, please indicate and describe.
8. A brief summary of the company's capabilities (to include descriptions of facilities, equipment, skills and personnel) experience, and expertise, including knowledge of safety, security, and environmental regulations associated with the procurement, storage, transportation, handling, use, and disposal of explosive materials. Highlight your firm's capabilities in providing these services on remote forested lands.
9. A summary of the company's experience in performing blasting (to include type, scope, and duration of projects; whether the contractor acted as a prime or subcontractor; and what type of project description or specifications are typically required from the owner in order for the contractor provide a blasting project proposal. Highlight projects and experience which are similar in scope and nature to Forest Service blasting projects.
10. Confirm if required licenses, permits, and insurance is in place. If not, describe what will be required prior to offering blasting services to the Forest Service.
11. Details regarding experience with similar work including dollar value of previous work performed within the past five years.

Interested parties must submit responses by e-mail to Dindo Laxamana at dindo.laxamana@usda.gov or by mail Attn: Dindo Laxamana, US Forest Service Pacific Southwest Region, 1323 Club Drive, Vallejo CA 94592. Responses are due by 3:00 PM (PST) on July 24, 2019.
Place of Performance:
USFS, Region 5; National Forests


Dindo L. Laxamana, Contract Officer, Phone 7075629022, Email dindo.laxamana@usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP