California Bids > Bid Detail

Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159310335416245
Posted Date: Nov 4, 2022
Due Date: Dec 31, 2022
Solicitation No: 12363N22Q4055
Source: https://sam.gov/opp/820dc853cc...
Follow
Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
Active
Contract Opportunity
Notice ID
12363N22Q4055
Related Notice
12363N22Q4055
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA-FS, STEWARDSHIP CONTRACTING BRANCH
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Nov 04, 2022 09:24 am PDT
  • Original Published Date: May 31, 2022 08:09 pm PDT
  • Updated Date Offers Due: Dec 31, 2022 05:00 pm PST
  • Original Date Offers Due: Jul 15, 2022 05:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 30, 2032
  • Original Inactive Date: Sep 30, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F099 - NATURAL RESOURCES/CONSERVATION- OTHER
  • NAICS Code:
    • 115310 - Support Activities for Forestry
  • Place of Performance:
    Quincy , CA 95971
    USA
Description View Changes

**Amendment 001 **




  1. Changes Solicitation offer due date to: This solicitation will remain Open and Continuous. Proposals for this BPA may be received for the life of the BPA. Proposals will be evaluated at the convenience of the Forest Service.

  2. Adds the following Forests to the BPA: Angeles, Cleveland, Los Padres, and San Bernardino National Forests.

  3. Changes Small Business Size Standard for NAICS 115310 from $8 Million to $30 Million for future call orders.

  4. Replaces the Solicitation and Appendix A in their enterity, updating with additional Forest information.

  5. Updates contact information for BPA.





The PSW Stewardship BPA shall be awarded under the following authority:

Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999.



Stewardship authorities permit the Government to solicit this requirement as Full and Open competition.



PROJECT DESCRIPTION:



This US Forest Service Stewardship BPA will cover Federal and local agency lands within 150 miles of the boundaries of the Angeles, Cleveland, Eldorado, Inyo, Klamath, Lassen, LTBMU, Los Padres, Mendocino, Modoc, Plumas, San Bernardino, Sequoia, Shasta-Trinity, Sierra, Six Rivers, Stanislaus, and Tahoe National Forest in California. Work may also be accomplished on private lands, but the BPA call will be issued and administered by a government entity.



Multiple awards will be made for this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance.



The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) Service-based IRSC that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included.



Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at www.aptac-us.org/find-a-ptac/ in order to assist with both SAM registration and in proposal submission.



Points of contact for this solicitation are:




  • Curtis Yocum, Stewardship Aquisition Program Support Officer, Stewardship and Disaster Recovery Contracting Branch, curtis.yocum@usda.gov

  • Matt Daigle, Stewardship Aquisition Program Support Officer, Stewardship and Disaster Recovery Contracting Branch, matthew.daigle@usda.gov

  • Brad Seaberg, R5 Timber Program Lead, bradford.seaberg@usda.gov.

  • Questions must be submitted in writing and emailed to Curtis Yocum, Matt Daigle and Brad Seaberg.



If you have issues downloading the solicitation attachments, contact Nikki Layton at nikki.layton@usda.gov.



The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov.



Offers must be emailed to Mark Phillipp and Matt Daigle for consideration.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 1400 Independence AVE SW MS-1138
  • Washington , DC 202501138
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >