Willamette NF Detroit RD Snow and Tree Removal
ID: 1240Bk25Q0019Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEWILLAMETTE NATIONAL FORESTSPRINGFIELD, OR, 97477, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide snow and tree removal services in the Detroit Ranger District of the Willamette National Forest, Oregon. The procurement aims to clear designated roads of snow and debris to maintain road functionality and support environmental protection efforts, with a performance timeframe set from March 24 to April 18, 2025. This initiative is crucial for facilitating reforestation activities and ensuring accessibility for both passenger and high-clearance vehicles, aligning with broader ecological restoration goals. Interested contractors must submit their quotations by March 19, 2025, and can contact Jared D Machgan at jared.machgan@usda.gov or 458-212-6064 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines proposals for a 2025 spring reforestation road clearing project across multiple regions, including Detroit Lake, Little North Fork Area, Coopers Ridge Area, and Boulder Ridge Area. The primary focus is on clearing roads to facilitate reforestation efforts while ensuring accessibility for both passenger and high-clearance vehicles. Maps illustrating specific sections designated for road clearing, unloading areas, and land ownership details (USFS and private) are provided to assist with planning and implementation. Key sections highlight various road identifiers and their respective suitability for vehicular access, emphasizing the importance of maintaining these routes for effective environmental management. The overall aim of the project is to enhance ecological restoration initiatives by ensuring clear passage for reforestation activities, aligning with broader goals of sustainability and habitat recovery within government-funded programs. This document serves as a reference for contractors and agencies involved in the funding and execution of these ecological efforts.
    The document outlines the project specifications and acceptable quality levels for managing various roadway conditions and winter maintenance activities under federal and state RFPs. It categorizes defects into major and minor, emphasizing the actions required for each type. Major defects include significant surface damage, drainage issues, and snow depth exceedances, which necessitate repair or replacement of materials, whereas minor defects have lesser consequences, allowing for acceptance or rework thresholds. The guidelines also address work area management safety, mandating compliance with approved safety plans. Notably, forests can opt for pay reductions instead of rework, establishing their thresholds for defects. The overall purpose of these specifications is to ensure high-quality maintenance and operation standards for roadways while providing clear protocols for addressing defects to maintain operational efficiency and safety standards.
    This document is a Request for Quotation (RFQ) for snow and downed tree removal services issued by the USDA Forest Service. The project involves clearing snow and debris from designated roads in the Detroit Ranger District of the Willamette National Forest, with an emphasis on maintaining road functionality and protecting the surrounding environment. The contractor is responsible for providing all necessary equipment, labor, and supervision, with a performance timeframe estimated from March 24 to April 18, 2025. The procurement is open to small businesses under a firm-fixed-price contract, and submissions are due by March 19, 2025. Evaluation criteria for proposals will include technical capability, price, and past performance. Contractors must adhere to environmental protections, conduct pre- and post-use inspections of equipment, and coordinate closely with the Contracting Officer. A stringent quality assurance plan will ensure compliance with operational standards, and periodic inspections will be carried out to assess the quality of work. Sustainable practices, such as cleaning equipment to prevent the spread of noxious weeds, are also mandated. This RFQ reflects the government's commitment to efficient road maintenance and environmental protection during service operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at restoring access routes and mitigating hazardous fuels in the Detroit Ranger District of the Willamette National Forest, Oregon. The project encompasses approximately 1,843 acres affected by the Beachie Creek and Lionshead Fires of 2020, with work including the removal of fire-killed trees, road reconstruction, and maintenance activities to enhance forest management and community safety. Interested contractors are encouraged to attend a pre-solicitation site visit on October 5, 2024, with the final solicitation expected to be issued around March 31, 2025, and contract awards planned for June 6, 2025. For further inquiries, contact Karen Ruklic at karen.ruklic@usda.gov or Heidi Andersen at heidi.andersen@usda.gov.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 2025.
    BCLH Stewardship IRSC Phase 1
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.
    Deschutes NF, BFR-SIS Reforestation, Grubbing, Caging, Netting Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at the Deschutes National Forest, is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) call order for the BFR-SIS Reforestation project. This initiative involves essential services for forest restoration, including conifer tree planting, grubbing of live vegetation around seedlings, and optional installation of protective measures for the seedlings across an area of up to 243 acres. The project is critical for environmental restoration and management within the forested area, adhering to federal guidelines. Interested parties can contact Annie Stanbro at andrea.pollock@usda.gov or by phone at 458-200-5265, with the anticipated award date set for March 25, 2025.
    Pomeroy RD Tree Planting BPA Call
    Buyer not available
    The Umatilla National Forest, part of the Department of Agriculture, is issuing a Special Notice for a Blanket Purchase Agreement (BPA) call focused on conifer tree planting at the Pomeroy Ranger District in Washington. The procurement involves the planting of government-furnished tree seedlings over an area of 609 acres using hand tools, reflecting the federal government's commitment to sustainable forest ecosystem management and restoration. Only current BPA holders are eligible to submit quotes for this competitive process, with the closing response date set for March 19, 2025, and an anticipated award date of March 25, 2025. Interested parties can contact Andrea Pollock at andrea.pollock@usda.gov or by phone at 458-200-5265 for further information.
    Lower Foley Seed Orchard Fence Replacement
    Buyer not available
    The Department of Agriculture, specifically the Forest Service under the Willamette National Forest, is seeking contractors for the replacement of the Lower Foley Seed Orchard Fence in McKenzie Bridge, Oregon. This project is designated as a Total Small Business Set-Aside, aimed at engaging small businesses in the construction of non-building facilities, as classified under NAICS code 238990. The successful contractor will play a crucial role in enhancing the security and integrity of the seed orchard, which is vital for the conservation and propagation of forest resources. Interested parties should reach out to Darcy J Rapoza at darcy.rapoza@usda.gov for further details regarding the procurement process.
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    ODV Vegetative Management IDIQ
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on vegetation management services in the Willamette Valley and Rogue River Basin Projects. The contractor will be responsible for maintaining Vegetation-Free Zones around 15 interconnected dams, which includes services such as tree and shrub clearing, debris removal, herbicide application, and biological control using goats, all while adhering to strict environmental regulations. This initiative is crucial for ensuring accessibility for surveillance and maintenance of critical infrastructure, supporting federal objectives for environmental stewardship in Oregon. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Joshua Mahon at joshua.d.mahon@usace.army.mil or 503-808-5014 for further details, as the contract spans five years from the award date and emphasizes quality control and safety compliance.