MECHANICAL SITE PREPARATION SUPERIOR NF
ID: 12444625Q0028Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 7Atlanta, GA, 303092449, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)
Timeline
  1. 1
    Posted Apr 6, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 6, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 10:00 PM UTC
Description

The Department of Agriculture, specifically the Forest Service, is seeking contractors for a mechanical site preparation project located in the Laurentian District of the Superior National Forest in Duluth, Minnesota. The contract involves key tasks such as rock raking over approximately 200 acres and compacting/crushing of fuels on 11 acres, scheduled to take place from June 1 to October 31, 2025. This initiative is part of the federal government's efforts to manage forest ecosystems and promote ecological restoration through mechanical manipulation of the terrain. Interested contractors should contact Debra Derickson at Debra.Derickson@usda.gov for further details, with an estimated total award amount of $11.5 million and compliance with federal labor standards required for bidding.

Point(s) of Contact
Files
Title
Posted
Apr 6, 2025, 2:04 PM UTC
This document outlines a Request for Proposal (RFP) issued by the United States Department of Agriculture - Forest Service (USDA-FS), specifically for the Eastern Region, addressing site preparation services for the Laurentian Mechanical project. The proposal solicits bids for the natural resources/conservation service labeled as F021. The performance period for the contracted work is set between June 1, 2025, and October 31, 2025, indicating a structured timeframe for project execution. Key details include the solicitation number (12444625Q0028), the specified location of service delivery in Atlanta, Georgia, and the contract administration by Debra Derickson. The document includes instructions for offerors to fill out designated sections and to submit invoices as per the provided address. The contract acknowledges the involvement of small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned businesses. It extends an estimated total award amount of $11.5 million, specifying that offers must comply with outlined Federal Acquisition Regulation (FAR) provisions. This RFP serves to facilitate procurement processes for critical environmental services while fostering business opportunities for underrepresented groups in federal contracting initiatives.
The R9 Superior National Forest program in Aurora, MN, involves a mechanical site preparation contract for the Laurentian Ranger District, scheduled from June 1 to October 31, 2025. Key tasks include "Rock Raking" over approximately 200 acres and "Compacting/Crushing of Fuels" on 11 acres, both awarded to a single contractor. Contractors may propose alternative timeframes if unable to meet the specified dates, with any extensions contingent on ground conditions and approval from the Contracting Officer. Detailed maps indicate access routes for each project line item, emphasizing direct access points and temporary road constructions. The compacting work must protect the Taconite Trail and is required to occur concurrently with rock raking. This contract underscores the federal government’s initiative for forest management and ecological restoration through mechanical manipulation of the terrain to maintain healthy forest ecosystems, ensuring proper access and safety compliance throughout the operations.
The USDA's Performance Work Statement outlines a contract for mechanical site preparation services in the R9 Superior National Forest, Laurentian District for FY2025. The contractor is responsible for providing all labor, equipment, and supplies to prepare designated sites while adhering to specified quality standards and operational guidelines. The document defines various terms, including work methodologies, minimum equipment specifications, and environmental considerations like leaving certain trees intact and managing slash piles properly. Key responsibilities include scarifying the ground, crushing woody materials, managing site access, and ensuring road maintenance. Performance is evaluated based on strict quality standards, with penalties for not meeting requirements, including limitations on rutting and invasive species management. The contract period is from June 1 to October 31, 2025, and completion is contingent on favorable weather and ground conditions. The contractor must present a work plan and is subject to oversight by a Contracting Officer's Representative (COR) throughout the project. Overall, the document emphasizes compliance with ecological protections and operational guidelines to ensure successful site preparation and habitat conservation in the national forest.
The solicitation outlines requirements for mechanical site preparation within the Laurentian District of R9 Superior National Forest, located in Aurora, MN. Contractors are invited to submit bids, with the stipulation that pricing for all items listed must be provided for one potential award. Key components of the project include adherence to specified contract clauses under the Federal Acquisition Regulation (FAR), including identity verification for contractor personnel, system maintenance, and various employment statutes relevant to small businesses and labor standards. The proposal includes a demand for technical and price submissions by a specified deadline, emphasizing the importance of detailing past performance and technical capability. Compliance with labor laws, especially concerning migrant and seasonal workers, is highlighted, ensuring fair treatment and safety on the job site. Additionally, distinct expectations regarding worker protection, site management, sanitation, and environmental regulations are outlined, stressing the government's commitment to safety and regulatory adherence. The document serves as a formal request for proposals, aiming to enhance ecological site management through responsible contracting practices while ensuring compliance with federal standards and promoting small business participation.
Apr 6, 2025, 2:04 PM UTC
The document serves as a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines minimum wage requirements and fringe benefits for contracts involving forestry and land management services in Minnesota. Specifically, it highlights wage rates, which must meet or exceed those specified by Executive Orders 14026 and 13658, depending on the contract dates. For contracts effective after January 30, 2022, the minimum wage is $17.75 per hour; for contracts between January 1, 2015, and January 29, 2022, it is $13.30 per hour if not extended. Additionally, it establishes fringe benefits, including health and welfare provisions, vacation, holidays, and uniform allowances. The document details the process for contractors to request additional classifications and wage rates for unlisted occupations, requiring submission through specified procedures to the Wage and Hour Division. It emphasizes compliance with the regulations to ensure fair compensation and benefits for covered employees, aligning with the government's objectives in managing federal contracts. This determination is essential for contractors bidding on federal projects to ascertain wage obligations under the applicable federal policies.
Apr 6, 2025, 2:04 PM UTC
Apr 6, 2025, 2:04 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Superior National Forest - Roadway Grading
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking small businesses to provide roadway grading services within the Superior National Forest in Minnesota. The project involves maintaining approximately 1,579 miles of various roadway types across the East and West Zones of the forest, with the objective of enhancing safety and comfort for motorists while ensuring effective drainage and reducing the need for costly major maintenance. This procurement is critical for maintaining infrastructure in protected natural areas, supporting both environmental management and public access. Interested contractors must submit their proposals by April 30, 2025, and can contact Scott Beeman at scott.beeman@usda.gov or 218-481-8981 for further details.
Mechanical Treatment Brushing on the Chequamegon Nicolet National Forest
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for mechanical treatment and brushing services on the Washburn Ranger District of the Chequamegon-Nicolet National Forest in Wisconsin. The project aims to mechanically remove sub-merchantable trees and shrubs across five designated areas totaling 85 acres, with operations scheduled from August 1 to September 30, 2025, to enhance forest health and biodiversity. This initiative underscores the federal commitment to sustainable land management practices and habitat restoration on public lands. Interested small businesses, including service-disabled veteran-owned and HUBZone companies, should direct inquiries to Debra Derickson at Debra.Derickson@usda.gov, with a total contract value of $11.5 million and proposals due by the specified deadline.
Chippewa National Forest, Stony Point Campground Upgrades
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking contractors for the Stony Point Campground Upgrades project located in the Chippewa National Forest, Minnesota. This project involves significant upgrades to the campground's electrical and water systems, including the construction of a new pumphouse, replacement of existing utilities, and demolition of outdated facilities. These enhancements are crucial for improving public utility systems and ensuring safety and efficiency for campground visitors. Interested contractors must submit sealed bids electronically by the specified deadline, with an estimated project cost between $500,000 and $1,000,000 and a performance period from August 4, 2025, to October 31, 2025. For further inquiries, contact Brad Higley at bradley.higley@usda.gov.
Pool 5 Rolling Prairie Restoration
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the Pool 5 Rolling Prairie Restoration project in Kellogg, Minnesota. This service contract involves the restoration of approximately 71.4 acres of agricultural land into prairie and wetland, requiring qualified labor, equipment, and materials for safe implementation. The project aligns with broader environmental conservation goals and is part of ongoing efforts to enhance ecological health in the region. Interested small businesses can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further details, with the contract set aside for total small business participation under FAR 19.5.
Duluth Superior Harbor Maintenance Dredging
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the maintenance dredging of the Duluth-Superior Federal navigation channel, which is situated along the border of Wisconsin and Minnesota. The contractor will be responsible for mobilizing a dredge to the channel and executing mechanical dredging operations to ensure the navigability of this critical waterway. This project is vital for maintaining safe and efficient navigation for commercial and recreational vessels in the region. Interested contractors can reach out to Michelle Barr at michelle.barr@usace.army.mil or Frederick Coffey at frederick.L.coffey@usace.army.mil for further details regarding the solicitation process.
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 in areas affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Detroit Ranger District and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access routes. This initiative is critical for enhancing public safety and forest management, with an estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work between $500,000 and $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 July 2, 2025, and contract awards planned for September 3, 2025.
NORTHERN ROCKIES STEWARDSHIP BPA
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
FY25 PNW FIA Southeast Alaska On Grid Plots
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for the "FY25 PNW FIA Southeast Alaska On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in Southeast Alaska. The project aims to enhance ecological assessments by providing accurate data on forest conditions, which is crucial for effective environmental monitoring and management in the region. Contractors will be responsible for all labor, equipment, and transportation, with some government-provided tools, and must adhere to strict quality assurance protocols outlined in the associated documents. Proposals are due by April 25, 2025, and inquiries can be directed to Anthony O Salas at anthony.salas@usda.gov.
Deferred Trail Maintenance: Logout Clearing and Brushing for the Flathead National Forest
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for deferred trail maintenance services, including log removal and brushing, within the Flathead National Forest in Montana. This initiative aims to address the backlog of maintenance on trails across three districts: Swan Lake, Hungry Horse, and Spotted Bear, ensuring safe and accessible recreational areas for public use. The contract, set aside for small businesses, emphasizes compliance with environmental standards and safety regulations, with work scheduled to commence on June 15, 2025, and conclude by October 15, 2025. Interested contractors should submit their proposals, including technical and price details, to Andrea Haines at andrea.haines@usda.gov, as outlined in the solicitation document 1284LM25Q0018.
GMF Rochester RD Site Prep
Buyer not available
The Department of Agriculture, specifically the Forest Service under the Green Mountain National Forest, is soliciting proposals for site preparation services on approximately 122.7 acres of recently harvested land in Rochester, Vermont. The primary objective of this contract is to conduct site preparation treatments, including tree felling for natural regeneration and slash disposal, with a performance period from June 2, 2025, to November 30, 2026. This initiative is crucial for managing forest health and enhancing recreational infrastructure, aligning with federal efforts to promote ecological sustainability and public access to national forest resources. Interested contractors must submit their proposals, including technical and price elements, and are encouraged to contact Michael Simpson at michael.simpson@usda.gov for further details.