The RFP Database
New business relationships start here

Fuels Reduction & Management Contract - NPS - IMR


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

This is a Sources Sought Notice for the purpose of conducting market research, and obtaining industry information ONLY. No proposals are being requested, nor accepted at this time. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications from small business concerns, including 8(a), Historically Underutilized Business Zone (HUBZone), Woman Owned Small Business, Small Disadvantaged Business (SDB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Information obtained through this synopsis will be used to develop an acquisition strategy for acquiring fuels reduction, and management services for all current and future Parks, and Park Units in the Intermountain Region (IMR), of the National Park Service (NPS). The IMR consists of eight states, to include Arizona, Colorado, Montana, New Mexico, Oklahoma, Texas, Utah and Wyoming. Based on the results of our sources sought, it is the intent of the Santa Fe Major Acquisition Buying Office (SF-MABO), to issue a formal Request for Proposals (RFP), for multiple award task order contracts (MATOC), for fuels reduction and management services for the IMR.

Typical work under this contract will include wildland hazard fuels reduction and disposal, and associated activities and services. The contract will require cutting, slashing, chipping, and hand-piling of vegetation, mastication, vegetation manipulation, and/or transport of vegetation in compliance with the specific requirements of individual task orders. Task order work will include furnishing labor, supervision, transportation, operating supplies, and incidentals to perform all work necessary to conduct thinning, slashing, lop and scatter, mastication, selective slashing, pruning, hand-piling and cover, transportation of logs, chips, and other vegetation.

Task order project locations will include reforestation areas, natural and managed stands of timber of all ages, sizes, and species, shrub fields, or grass areas. Fuels may consist of natural standing live and dead fuels, natural dead and downed fuels, activity slash, and naturally disturbed shrubs and trees. Fuel loadings will range from less than B= tons per acre to as high as 100 tons or more per acre. Treatments such as thinning, brushing, piling, fuel-break construction and prescribed fire have been shown to reduce the risk of wildland fire as well as the severity of fires that do occur. It is the objective of this contract to treat fuels present on units identified by the NPS and their partners to reduce fuel loading and optimize the treatment of those fuels in the most effective manner.

The work of this contract will be performed at locations throughout the National Park Service B? IMR. Specific project locations will be provided for each individual task order. Access to task order project areas may be by conventional public access roads, seasonal dirt/gravel roads, old abandoned logging roads, etc. Seasonal roads may be impassable for several days after heavy rains, or snow-blocked during the winter months. Local administrators will have the final decision as to whether a road is impassable and temporarily closed.

Several unique features of task order project locations may apply, to include: Large diameter at breast-height standing timber, wildlife, trees and snags that will need to be preserved, research plots, archaeologically significant sites, etc., may be located within project areas and cannot be disturbed during contract activities. As necessary and appropriate, local NPS technical staff will identify these resources for avoidance.

Based on the results of our market research, and interest demonstrated by responses to this synopsis, our ultimate goal is award of multiple award IDIQ contracts (up to five contractors), to qualified small business concerns.

The North American Industry Classification System (NAICS), code for this contract is 115310 (Support Activities for Forestry, Fuels Management Services). The associated small business size standard is $19.0 million.

Total contract periods, including all option periods, shall not exceed five (5) calendar years. Typical task orders will range in value from $25,000 to $500,000, with a minimum task order value of $5,000, and a maximum task order value of $1,000,000. The total aggregate value of all individual contracts, and task orders placed against those contracts, shall not exceed $20,000,000.

The NPS is requesting that interested small business concerns furnish the following information
(Total submission not to exceed four pages):

(1) Company name, address, point of contact, telephone number, and email address.
(2) Business type classification, 8a, HUBZone, WOSB, SBD, SDVOSB, large / small business etc.,
(3) Provide a general statement of your qualifications, capabilities and ability to perform the required types of work.
(4) Demonstrate experience and technical competence in the execution of similar projects, in the typical dollar value range of $25,000 to $500,000.
(5) Provide a brief list and description of at least three completed projects, specific work performed, contract number, total contract value, and period of performance for the submitted project. Contracts / projects submitted must be similar in scope and dollar value to the work described in this sources sought.
(6) Responders, including joint ventures, should demonstrate that they have the capacity to perform all aspects of the types of work described in this synopsis, either by their in-house capabilities or through their teaming / subcontractorB?s capabilities. Existing and potential Joint-Ventures, Mentor / ProtC)gC), and teaming arrangements are acceptable and encouraged.

ONLY e-mailed responses will be accepted. Responses should be provided no later than 22 January 2018. The Government is under no obligation to consider information received after 22 January 2018 as part of the formal market research for this, or any future acquisition that may be contemplated. All responses should be e-mailed to kelvin_smalls@nps.gov.

Primary Point of Contact:
Kelvin J. Smalls, (505) 988-6083
kelvin_smalls@nps.gov

National Park Service
IMSF B? ACG
1100 Old Santa Fe Trail
Santa Fe, NM, 87505-0360

Smalls, Kelvin

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP