F--Western Oregon Stand Exams Multiple Award IDIQ
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Sep 11, 2023 09:29 am PDT
- Original Response Date: Sep 27, 2023 03:00 pm PDT
- Inactive Policy: Manual
- Original Inactive Date: Sep 29, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
Information received in response to this Notice will help the Government determine:
Which type of small business set-aside, if any, will be utilized when soliciting for the contract and;
How many potential IDIQ contracts the Government may need to issue to cover the range of services contained in this requirement.
All businesses are invited to respond to this Notice.
This Notice is relative to the North American Industry Classification System (NAICS) 115310, Support Activities for Forestry. The Small Business size standard for NAICS 115310 is $11.5 million. The Product Service Code (PSC) is F018, Natural Resources/Conservation- Other Forest/Range Improvements (Non-Construction).
All project areas are located within BLM’s western Oregon districts, including Coos Bay District (consisting of federal lands in Coos, Curry, Douglas, Josephine, and Lane counties in the Coast Range of southern Oregon); Lakeview District (consisting of federal lands in Klamath and Lakeview counties of the Cascade Range in southern Oregon); Medford District (consisting of federal lands in Coos, Curry, Jackson, and Josephine counties of the Coast Range and western Cascade Range in southern Oregon); Northwest Oregon District (consisting of federal lands in Benton, Clackamas, Clatsop, Columbia, Lane, Lincoln, Linn, Marion, Multnomah, Polk, Tillamook, Washington, and Yamhill counties in the Coast Range and western Cascade Range); and Roseburg District (consisting of federal lands in Douglas County of the Coast Range and western Cascade Range in southern Oregon).
Stands to be surveyed can range in size from 3 to 640 acres and could require 1 to 64 plots.
Stands are typically, but are not limited to, 30 to over 100 years of age. Particularly on the Medford and Lakeview Districts, stands may include plantations aged 15 to 30 years of age, and multiple-layer stands consisting of mixed hardwood and conifer. All stands may contain remnant large, old trees.
Information requested: Please provide responses to any or all of the following:
Capability Statement: Vendors having the ability to provide the requirements are encouraged to submit a statement, not to exceed ten (10) pages, documenting their capabilities of meeting all of the requirements listed above, to include facilities requirements for the operation of the source, recent corporate experience in fulfilling this type of requirement, and,
Company name and address, to include email address(s) and URL(s),
Point of Contact (POC) name,
POC telephone number and email address,
Organizational Commercial and Government Entity (CAGE) code,
Organizational Unique Entity Identifier (UEI) number,
Business size status for the applicable NAICS code,
Ability to provide silvicultural treatments
If your firm cannot provide all of the listed services, please identify which will be provided by your firm directly and which would be subcontracted. (Note: FAR 52.219-14 requires that 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern, or of a similarly situated concern (i.e. small business of the same type).)
Any organization responding to this Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Interested vendors are instructed to provide only the data requested in this Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information or provide feedback to respondents with respect to information submitted. After reviewing responses received, a synopsis, a pre-solicitation notice or solicitation may be published to the Government Point of Entry (GPE), System for Award Management (sam.gov) website.
No proprietary, classified, confidential, or sensitive information should be included in responses.
Disclaimers and Important Notes: This Notice is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.
This is not a request for quote (RFQ) or a request for proposal (RFP), and responses will not be considered as proposals or quotes. The Government will not pay for any cost incurred in responding to this Notice. Any information submitted by respondents to this Sources Sought Notice is voluntary.
The information submitted in response to this Notice will not be utilized to determine vendor standing in any future or potential RFP or RFQ, whether a vendor is qualified to submit an RFQ or RFP for any future requirement, or how well respondents can perform a requirement, which can only be evaluated in response to a solicitation.
Vendors will not receive formal notification or feedback on any information submitted in response to this Sources Sought Notice. The Government reserves the right to reject or disregard, in whole or in part, any response to this Notice. Any future submissions in response to a solicitation to the GPE will be evaluated independent of any information submitted in response to this Notice. Responses to this Sources Sought will not be returned.
Not responding to this sources sought notice does not preclude participation in any future and potential solicitation. The Government will not provide potential vendors information on solicitations issued on the GPE based on this Sources Sought Notice.
Submission deadline date is 27 September 2023 at 3:00PM Pacific Standard Time (PST). Send electronic responses to this notice to: mduane@blm.gov and agray@blm.gov.
Attachments/Links
Contact Information
Primary Point of Contact
- Duane, Matthew
- mduane@blm.gov
- Phone Number 5038086317