Lower Foley Seed Orchard Fence Replacement
ID: 1240BH25R0003Type: Presolicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    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.

    Point(s) of Contact
    Darcy J Rapoza
    darcy.rapoza@usda.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Willamette National Forest-Cone Collecting
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at Willamette National Forest, is seeking qualified small businesses for a contract focused on cone collecting activities in Springfield, Oregon. The procurement aims to support forestry operations by gathering cones, which are essential for reforestation and habitat restoration efforts. This opportunity is set aside for total small business participation, emphasizing the importance of engaging local enterprises in environmental conservation initiatives. Interested parties can reach out to Jared D Machgan at jared.machgan@usda.gov or call 458-212-6064 for further details regarding the contract requirements and submission processes.
    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 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.
    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.
    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 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.
    BPA Call Boulder Creek Culvert Removal
    Buyer not available
    The Department of Agriculture, specifically the Rogue River-Siskiyou National Forest, is seeking qualified contractors for the Boulder Creek Culvert Removal project. This procurement aims to address environmental and infrastructure needs by removing existing culverts that may hinder water flow and wildlife movement. The successful contractor will play a crucial role in enhancing the ecological health of the area, which is vital for local ecosystems and community safety. Interested parties should contact Jared Machgan at jared.machgan@usda.gov or call 458-212-6064 for further details, noting that this opportunity is set aside for small businesses under the SBA guidelines.
    GROUNDS MAINTENANCE IN WILLAMETTE VALLEY
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a contractor for grounds maintenance services within the Willamette Valley Project in Oregon, covering locations from Lookout Point Lake to Green Peter Lake. The contract, which is a firm-fixed-price agreement, encompasses a base year and four optional years, requiring the contractor to provide all necessary labor, equipment, and materials while adhering to safety and performance standards outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining public recreational areas and ensuring compliance with environmental management practices, with a total award amount of $9,500,000. Interested parties should contact Jessica Manley at jessica.manley@usace.army.mil for further details and to ensure compliance with the total small business set-aside requirements.
    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.