Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2025 SAM #8600
SOURCES SOUGHT

F -- Bitterroot Front 10 Year G-Z IRSC

Notice Date
6/11/2025 1:11:17 PM
 
Notice Type
Sources Sought
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
USDA-FS, STEWARDSHIP CONTRACTING BRANCH Washington DC 202501138 USA
 
ZIP Code
202501138
 
Solicitation Number
12363N25R4013
 
Response Due
7/24/2005 4:00:00 PM
 
Archive Date
08/08/2005
 
Point of Contact
Matt Daigle, Stewardship Acquisition Program Support Officer, Phone: 6054159057
 
E-Mail Address
matthew.daigle@usda.gov
(matthew.daigle@usda.gov)
 
Description
The U.S. Forest Service is issuing this formal Request for Information (RFI) in connection with the Bitterroot National Forest 10-Year Integrated Resource Stewardship Contract-Indefinite Delivery/Indefinite Quantity (IRSC/IDIQ) for projects in the Bitterroot Front Landscape Planning Area and potentially other areas across the forest. The objectives of this initiative are to reduce the risk of catastrophic wildfire by accelerating and expanding forest restoration treatments and to bolster the region�s wood utilization capacity by providing a consistent supply of wood products. Project Overview and Scope: Approximately 13,000 acres is planned for treatment across the Bitterroot Front Planning Area over a 10?year period, with the potential to add more acres adjacent to the planning area. Four project areas may be offered at contract award for immediate implementation. Additional project areas are planned to be offered on an annual basis subject to funding. Two project areas may be offered for timber sale layout at the start of this project. A minimum of 90,000 CCF (approximately 45 million board feet) of commercial timber is anticipated to be offered over the contract life; volumes may fluctuate annually. Types of Service Work contemplated include: Road maintenance, reconditioning, construction, and decommissioning. Reconstruction plans and design are not contemplated to be activities. Timber removal including logging and transportation. Timber sale preparation activities which include harvest unit layout, GPS traversing, unit boundary marking, interior marking and cruising. Biomass removal including thinning non-merchantable material, slashing, chipping, staging, transportation and other related activities. Anticipated Terms: Minimum timber value estimates will be based on base rates and/or appraised rates if appropriate as determined from the Forest Service�s Timber appraisal system.?Offerors will have the opportunity to provide competitive pricing on offered forest products at the task order level as projects are issued. Payment terms for service work items are anticipated to be by the acre or linear foot for most treatments. Road maintenance and reconstruction activities may be priced by the mile or contract quantity. If transportation of forest products is a service item, delivered tons or CCF are anticipated to be used. Offerors will have the opportunity to provide competitive prices at the task order level as projects are solicited. The projects may include both mandatory and optional service items; product value at awarded rates will be used to offset the cost-of-service work items. Davis-Bacon wages and certified payrolls will be required for all Road Construction requirements. Service Contract Act wages will apply towards all non-construction service work requirements. Road construction requirements will be subject to bonding at applicable regulatory thresholds. Depending on the scale of scope in task orders, 3-5 year periods of performance are contemplated. A meeting is scheduled for July 10, 2025, to provide additional background information and discuss the project in detail. Attendees can participate either in person or virtually�please refer to the attached RFI letter for all relevant details. Additionally, the RFI letter includes eleven key questions; your responses to these will greatly assist the project management team in refining the project�s scope.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8d896540a128459c89b62f99d187f045/view)
 
Place of Performance
Address: MT 59829, USA
Zip Code: 59829
Country: USA
 
Record
SN07474625-F 20250613/250611230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.