Skip to main content

An official website of the United States government

You have 2 new alerts

Holden Stewardship IRSC

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Original)
  • Original Published Date: Aug 09, 2022 03:23 pm MDT
  • Original Date Offers Due: Sep 08, 2022 04:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 23, 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:
    Williams , AZ 86046
    USA

Description

Background: The Holden Stewardship IRSC 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.

NAICS: 115310: Support Services for Forestry, size standard: 20.5M Fuels Management Services. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition.

Project Location:

The project is located in and around the city of Williams, Arizona.

Legal description is more or less is located in: Township 22 North, Range 1 East, Sections: 14, 22, 23, 24, 25, 26, 27,35, & 36; Township 21 North, Range 1 East,  Sections: 1 & 2; Township 22 North, Range 2 East, Sections: 19, 22, 23, 25, 26, 27, 28, 29, 30, 31, 32, 33, 34, 35 & 36; Township  21 North, Range 2 East, Sections: 1,2 & 6; Township 21 North, Range 3 East, Sections: 5,6; Township 22 North, Range 3 East, Sections 30,31,32 Coconino County, G&SRB&M, Arizona.

Description of Work: 

This project consists of both mandatory and optional service items.  Project will be broken out into individual service items to be bid on.  Service Items include the following:

  • Cut and remove included timber.  There are 42 treatment units included in the project area (9,813 acres).  The treatment acreage of all units combined is 1,365 acres.  There are Mandatory and Optional Units with included product.  All trees to be retained are marked in Orange Tracer Paint. The bid for this includes the work associated with cutting, skidding, processing, decking, loading, and hauling of included timber off FS Lands. See Solicitation for timber volume totals.
  • Optional - Timber Stand Improvement 
  • Optional - Removal of Slash from FS Lands 

All work shall be completed by August 31, 2025.

Site Visit Date and Time:

A pre-bid trip is scheduled for Wednesday August 17, 2022, at 10:00 am (Arizona Time) at the Williams Ranger District, 742 S. Clover, Williams, AZ 86046.

Send questions or interest to Jacob.dahlin @usda.govFollow this notice for future notifications.

The contract shall be awarded using a best value source selection method; the resulting contract shall be a firm fixed price commercial services contract.

The Awardee shall furnish all labor, materials, equipment, supervision, tools, transportation, operating supplies, and incidentals necessary to perform the work in accordance with the specifications and provisions and clauses of the contract. Bid Bonds, Payment Bonds, and Performance Bonds are not required for this project.

All Contractors must be actively registered in the System for Award Management (SAM) at https://www.sam.gov/SAM/ to be eligible for award under this solicitation. If not actively registered by time of proposal evaluations, you will be found non-responsive. Registration in SAM is a free service – you do not need to pay to register in this system. If your registration is not active, you will not be considered for award.

Contact Information

Contracting Office Address

  • 1400 Independence AVE SW MS-1138
  • Washington , DC 202501138
  • USA

Primary Point of Contact

Secondary Point of Contact

History