Goat livestock grazing of woody vegetation through the targeted grazing method.
ID: 12444524Q0095Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICESAINT PAUL, MN, 55108, USA

NAICS

Goat Farming (112420)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER WILDLIFE MANAGEMENT (F019)

Set Aside

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

    The USDA Forest Service is seeking qualified contractors for a goat livestock grazing project aimed at managing woody vegetation through targeted grazing methods at the Midewin National Tallgrass Prairie in Wilmington, Illinois. The primary objective is to control invasive plant species and enhance habitats for grassland birds by utilizing goats as a biological control method over a five-year period, with multiple contracts anticipated under a firm fixed-price, indefinite delivery, indefinite quantity (IDIQ) framework. This initiative is crucial for promoting sustainable land use practices and ecological restoration, aligning with federal objectives for environmental stewardship. Interested small businesses must submit their proposals electronically, ensuring compliance with the Service Contract Act and maintaining an active registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Grace Budde at grace.budde@usda.gov or David Easter at david.easter@usda.gov.

    Files
    Title
    Posted
    The Experience and Past Performance Questionnaire gathers essential information from contractors bidding for government projects. It requires contractors to provide their contact details, business type, years of experience both as a prime and subcontractor, and a list of completed projects within the last three years, including contract amounts and completion dates. Additionally, the document seeks information about the contractor's current commitments, past performance issues, organizational structure, employee details, and available equipment. It also assesses the experience of key personnel within the business. Contractors must certify the accuracy of their responses and indicate their registration in the System for Award Management (SAM). This questionnaire is a critical tool within the context of federal and state/local RFPs, ensuring that potential contractors demonstrate their capabilities and past performance, thus assisting the evaluation process for project award decisions.
    The document outlines a project related to the Midewin National Tallgrass Prairie, focusing specifically on a Goat Grazing Contract managed by the USDA Forest Service. It includes spatial data represented through GIS to identify areas designated for different densities, such as low and high density, along with specific geographical features like bunkers, streams, and roads. The vicinity map serves to provide context for the project implementation along State Route 53 in Wilmington, Illinois. The mapped data is crucial as it supports the planning and operational stages of the grazing contract, although it is remarked that utilizing the GIS data for purposes beyond the project could result in misleading outcomes. The intention behind the documentation is to set parameters and guide the management of grazing activities within the prairie, aligning with federal objectives to maintain ecosystems and promote sustainable land use practices.
    The document outlines a government Request for Proposals (RFP) focused on invasive species management at the Midewin National Tallgrass Prairie. The primary goal is to control noxious weeds and prevent the establishment of invasive plant species. This project involves utilizing targeted grazing by goats as a biological control method to manage dense populations of invasive shrubs and trees, enhancing habitat for grassland birds. The contract will be awarded through an indefinite delivery, indefinite quantity (IDIQ) framework, allowing for multiple awards over a five-year period. The selected contractors will be responsible for providing goats, labor, materials, and managing the grazing process in compliance with environmental standards. Key performance metrics include an acceptable quality level (AQL) of 75% for targeted defoliation of invasive species, with specific treatment areas mapped out in coordination with the Forest Service. Detailed plans must adhere to federal and local regulations, ensuring both ecological safety and effective management. Regular inspections and documentation will be required, aligning contractor performance with government standards. This initiative reflects a commitment to ecological restoration while engaging local contractors in environmental stewardship.
    The Midewin National Tallgrass Prairie seeks to control invasive plant species and enhance grassland bird habitats through a grazing project utilizing goats. The project targets noxious weeds and individual non-native invasive species, focusing primarily on areas previously part of the Joliet Army Ammunition Plant in Illinois. The work, executed through task orders against an indefinite delivery/indefinite quantity (IDIQ) contract over five years, will involve grazing to defoliate woody vegetation, with specific treatment areas of up to 2.5 acres. Contractors are responsible for providing goats, equipment, and site management, including setting up necessary fencing and water sources. The government will issue task orders competitively, and contractors must maintain detailed records while adhering to safety regulations. Performance will be evaluated based on an Acceptable Quality Level (AQL), with penalties for underperformance and incentives for satisfactory work. The project exemplifies an integrated pest management strategy designed to restore ecological balance in a habitat critical for various bird species, ensuring compliance with agricultural and environmental standards throughout the operational process.
    The document serves as a compilation of federal and state grants, requests for proposals (RFPs), and other funding opportunities related to various governmental initiatives. It discusses the available programs aimed at enhancing local infrastructure, environmental projects, and community development efforts. The key ideas include the allocation of funds for specific projects, the prerequisites for eligibility, and guidelines for submitting proposals. Considerable emphasis is placed on ensuring compliance with regulatory standards and promoting transparency in the funding process. Each RFP outlines the goals it aims to achieve, including improvements in public services, educational facilities, and environmental sustainability projects. As part of the documentation, potential applicants are encouraged to detail their qualifications, project plans, and the anticipated impact of their proposals. The overarching purpose of the document is to inform stakeholders about funding opportunities while providing a structured framework for submitting proposals effectively. It signifies the government’s commitment to supporting diverse community projects and fostering partnerships with local entities to drive development initiatives. Overall, the document functions as a critical resource for agencies and organizations seeking financial assistance through government-sponsored programs.
    The document outlines mandatory contractor training requirements for employees working under federal contracts, particularly emphasizing personal identity verification standards. Contractors must ensure employees complete specified training courses annually, such as understanding unconscious bias, anti-harassment, and information security awareness, with documentation maintained for compliance checks. Additionally, it discusses regulations related to wage determination under the Service Contract Act and Walsh-Healey Public Contracts Act, detailing minimum wage, overtime pay, child labor restrictions, and health and safety standards. Contractors are required to provide one hour of paid sick leave for every 30 hours worked for federal contracts. The enforcement of these regulations is under the jurisdiction of the Department of Labor, which oversees compliance and addresses violations regarding wages and labor standards. The document serves as a comprehensive guide to ensure federal contractors meet labor regulations and provide a safe working environment for employees.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Tie-Johnson Fence
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Tie-Johnson Fence project located in the Wisdom Ranger District of the Beaverhead-Deerlodge National Forest in Montana. The contract requires the removal of existing fencing and the construction of a new 4-wire fence, including the clearing of brush and debris along the fence line, with a performance period set from June 1, 2025, to September 30, 2025. This project is crucial for managing and rehabilitating natural resources, ensuring wildlife-friendly fencing, and maintaining the integrity of the forest ecosystem. The estimated contract value ranges between $100,000 and $250,000, and interested contractors must submit their proposals within 10 calendar days following the award notification. For further inquiries, contact Alisha Knaub at alisha.knaub@usda.gov or call 406-438-2981.
    Beaverhead Deerlodge National Forest fencing and spring developments
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Beaverhead Deerlodge National Forest fencing and spring developments project, which involves fenceline clearing, construction of fencing, and spring site development using government-furnished materials. The project is located approximately 50 miles southwest of Butte, Montana, and aims to enhance natural resource conservation and habitat improvement within the forest. The estimated contract value ranges from $25,000 to $100,000, with work expected to commence on June 1, 2025, and conclude by October 15, 2025. Interested contractors must submit their quotes along with a completed experience questionnaire by the bidding deadline of September 23, 2024. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.
    GMUG NF Mechanical Site Prep
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the "GMUG NF Mechanical Site Prep" project, which involves site preparation and rehabilitation across the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project encompasses the rehabilitation of 109 sites across three timber sales, focusing on ecological restoration through activities such as soil ripping and debris management, with a total performance period of 21 days. This initiative is part of broader federal efforts to manage and restore public lands sustainably, emphasizing the importance of small business participation in federal contracting. Interested contractors must submit their proposals by September 23, 2024, and can direct inquiries to Rebecca Schowalter at rebecca.l.schowalter@usda.gov.
    NNIS Treatment on Huron Manistee NF Trask Lake Rd.
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to manage the treatment of Autumn Olive at Trask Lake Road within the Huron-Manistee National Forests in Michigan. The contract involves comprehensive management of non-native invasive species, requiring contractors to provide labor, equipment, and herbicides while adhering to federal and state regulations. This initiative is crucial for ecological management and the preservation of natural ecosystems, focusing on approximately 95 acres of treatment area with a performance period from September 16, 2024, to September 30, 2025. Interested contractors must submit proposals that demonstrate relevant experience and compliance with safety and labor standards, with a site visit scheduled for prospective bidders. For further inquiries, contact Mikaela Laney at mikaela.laney@usda.gov.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    SNF Whiteface Campground Mastication RFQ
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service's Superior National Forest, is soliciting quotations for mastication services at the Whiteface Campground located in Aurora, Minnesota. The project aims to manage forest vegetation through the ecological method of mastication, which involves grinding vegetation to enhance aesthetics, improve visitor safety, and mitigate wildfire risks associated with balsam fir proliferation. This initiative is crucial for maintaining the campground's recreational areas while ensuring public safety and ecological health. Interested small businesses must submit complete technical and price proposals by the specified deadlines, with the performance period set from October 1, 2024, to April 30, 2025. For further inquiries, potential contractors can contact Jason King at jason.king2@usda.gov or call 208-207-4189.
    FY24 Grave Creek Road Maintenance
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide road maintenance services for approximately 36 miles of roads within the Kootenai National Forest as part of the FY24 Grave Creek Road Maintenance project. The procurement involves a range of tasks including grading, shaping, roller compaction, heavy brushing, and ditch reconditioning, all aimed at ensuring safe and accessible roadways while adhering to environmental standards. This contract, scheduled for performance from October 1, 2024, to September 30, 2025, emphasizes the importance of maintaining infrastructure within national forest lands and requires contractors to submit comprehensive technical proposals that include equipment and timelines. Interested parties can contact Shawn Trout at shawn.trout@usda.gov or by phone at 802-613-7644 for further details.
    USDA FS - Ottawa NF - Big Iron Botany Survey
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for the Big Iron Botany Survey within the Ottawa National Forest in Michigan. The primary objective of this contract is to conduct comprehensive botanical surveys across 465 designated stands, covering a total of 21,048 acres, to identify Regional Forester’s Sensitive plants, State of Michigan listed plants, invasive species, and culturally significant plants. This initiative is crucial for ecological assessment and conservation efforts, reflecting the government's commitment to effective forest management and biodiversity preservation. Proposals are due by September 23, 2024, and interested contractors should contact Fay Chiappone at fay.chiappone@usda.gov for further details.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Active
    Agriculture, Department Of
    Presolicitation Notice: Department of Agriculture, Department of Forest Service is preparing the Northern Rockies Stewardship BPA. This Blanket Purchase Agreement will cover Hazardous Fuels and Stewardship Restoration projects in Idaho, Montana, North Dakota, and South Dakota. The scope includes Federal and Non-Federal lands within 150 miles of the administrative boundaries of several National Forests and the Dakota Prairie Grasslands. The work may involve cutting and removal of sawtimber, non-sawtimber, and/or biomass, as well as road maintenance. The awarded Blanket Purchase Agreements will have a period of performance of 10 years with an option to extend up to 20 years. Future Call Orders will be emailed to the Contractors awarded under this BPA. Interested individuals must have an email account and be actively registered in the System for Award Management (SAM.gov) to be eligible for award. For assistance with SAM registration and proposal submission, resources are available at the Procurement Technical Assistance Center (PTAC) website. The primary point of contact for this solicitation is Matt Daigle, and questions must be submitted in writing to him. The Contracting Officer for this BPA is Mark T. Phillipp.
    USDA USFS Region 9 Timber Mark & Cruise BPA (Year 2 of 5)
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for timber marking and volume estimation/cruising services on the Ottawa and Chequamegon-Nicolet National Forests in Wisconsin and Michigan. This opportunity, which constitutes Year 2 of a 5-year agreement, requires contractors to provide comprehensive services including layout, marking, and estimation of timber sales, with a focus on sustainable practices and compliance with federal regulations. The BPA is crucial for effective forest management, ensuring accurate timber assessments and promoting responsible resource utilization. Interested contractors must submit proposals by September 30, 2024, and can direct inquiries to Darren Zychek at darren.zychek@usda.gov, with total orders not exceeding $2 million over the contract duration.