The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB) to compete and perform an IDIQ Firm Fixed Price Contract. The type of solicitation to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors.
The Arapaho/Roosevelt, Medicine Bow/Routt, and White River National Forests in Colorado and Wyoming anticipates soliciting for and awarding a project which shall cover Pre-commercial Tree Thinning Services across all three Forests. The work may include but not be limited to hand thinning and lop and scatter as well as hand thinning and pile slashing. The Contractor shall furnish all labor, materials, equipment, tools, transportation, supplies, storage, other incidentals and all work required to complete the proposed work in accordance with the specifications and provisions of the contract.
The primary area of work will be in the staes of Colorado and Wyoming.
The duration of the IDIQ would be for a base and four (4) option years. It is anticipated that a minimum of one task order for at least one forest would be issued each year with a value between $50,000 and $300,000.
The proposed project will be a multi-award IDIQ firm-fixed price contract.
The estimated magnitude of this contract is between $500,000.00 and $5,000,000.00.
North American Industrial Classification System (NAICS) Code applicable to this acquisition is 115310, Support Activities for Forestry.
Small Business Size Standard for this acquisition is $7.5 million.
Prior Government contract work is not required for submitting a response under the sources sought synopsis.
It is anticipated that award may be based on "Best Value" to the Government. The estimated solicitation issuance date is on or about February 2017, and the estimated proposal due date to be determined. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available in February 2017.
If you have an interest in participating in this type of contract, please provide the following information:
1. NAICS Code(s):
2. Area that you would be able to service:
3. Company information: (i.e.: small business, 8a, veteran, service disabled veteran, small disadvantaged business, HUBZone, or woman owned.) Please include contact information and email address.
Please reply to Star M Yeo, [email protected], phone number 303-275-5311 no later than January 20, 2017, noon. Mountain Time.
In the event a solicitation is prepared and posted, all Offerors shall be registered to the System for Award Management (SAM) in accordance to FAR 52.204-7 and FAR 52.204-8 to be considered responsive to this solicitation.
Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at www.fbo.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed above.