F--Pre-Sol Notice-- Fuel Reduction (Lake Cascade ID)
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: Presolicitation (Original)
- Original Published Date: Feb 23, 2024 12:22 pm EST
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date: Oct 01, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Cascade , IDUSA
Description
The anticipated worksite locations are situated in and around Lake Cascade, Idaho in Valley County. The services under this contract will be performed on Reclamation lands within Lake Cascade previously designated Fire Management Units located near Donnelly, Idaho and will require several hundred acres of manual and mechanically fuel reduction treatments on public lands administered by the Bureau of Reclamation, Middle Snake Field Office, Boise Project.
For greater situational awareness to interested vendors, the nearest community to this project area is Donnelley, ID but is limited in goods and services. McCall, ID is the largest community in the local area, 14.5 miles north on SH-55 and has your basic goods and services. Average travel time from McCall to the project site is 35 minutes. Cascade, ID has some goods and services and is located about 16 miles and 20 minutes south on SH-55. Travel from Boise takes approximately an hour and a half. Approximate work locations are at the following Latitude and Longitude coordinates (GPS waypoint): 44°31¿26¿N 116°03¿04¿W.
The North American Industry Classification System (NAICS) code associated with this project is 115310 ¿ Support Activities for Forestry. The small business size standard applicable to this project is $11.5 million in gross annual receipts averaged over the previous three 1-year accounting periods. This procurement will be 100% set aside for Total Woman-Owned Small Businesses. Offers will be accepted from all responsive and responsible Total Woman-Owned Small Business concerns. Prospective Total Woman-Owned Small Business contractors shall be registered in the System for Acquisition Management (SAM). For more information regarding registering in SAM, please visit SAM.gov | Entity Registrations
Interested vendors shall note it is anticipated the formal Request for Proposal (RFP) will be issued approximately March 11, 2023. When the solicitation is issued it will be available electronically at SAM.gov | Contract Opportunities
Attachments/Links
Contact Information
Primary Point of Contact
- Shifflet, Lori
- lshifflet@usbr.gov
- Phone Number 0000000000