FY25 – SUPPLY OF CONTAINERIZED SEEDLINGS
ID: 1240BK25Q0009Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEROGUE RIVER-SISKIYOU NATL FORESTMEDFORD, OR, 97504, USA

NAICS

Forest Nurseries and Gathering of Forest Products (113210)

PSC

SEEDS AND NURSERY STOCK (8730)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting quotes for the supply of containerized seedlings under Solicitation Number 1240BK25Q0009, aimed at supporting the J. Herbert Stone Nursery in Central Point, Oregon. The procurement involves the production of an estimated 2 million container seedlings, primarily Douglas-Fir and Ponderosa Pine, to be grown in spring and summer crops, with specific requirements for seed handling and delivery timelines. This initiative is crucial for reforestation efforts and sustainable forestry practices, ensuring that all seedlings are cultivated within 300 miles of the nursery to facilitate efficient transplanting. Interested vendors must submit their quotes by January 7, 2025, and can contact Eric Oldenkamp at eric.oldenkamp@usda.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Forest Service is soliciting quotes for the supply of containerized seedlings as part of a procurement initiative for the J. Herbert Stone Nursery in Central Point, Oregon, under Solicitation Number 1240BK25Q0009. Quotes are due by January 7, 2025. The contract calls for an estimated total of 2 million Q-Plug seedlings to be produced, with specific requirements for spring and summer crops. The primary species will be Douglas-Fir and Ponderosa Pine, and all seedlings must be grown within 300 miles of the nursery. The Statement of Work outlines the responsibilities of both the contractor and the government, including specifications for seed handling, greenhouse operation, and delivery timelines. Various Government Acquisition Regulations (FAR) and clauses govern the solicitation process and contractor obligations. Evaluation criteria for quotes will focus on pricing and past performance, ensuring bidders demonstrate relevant experience. The comprehensive structure of the solicitation includes specific provisions, clauses, and guidelines under FAR regulations, highlighting the government's commitment to sustainability and effective project execution in forestry services. This solicitation emphasizes transparent procurement processes and eligibility for small businesses.
    The document outlines the solicitation for the supply of containerized seedlings through Request for Proposals (RFP) numbered 1240BK25Q0009, targeting quantities of 700,000 seedlings for the spring 2025 crop and 1,300,000 seedlings for the summer 2025 crop. Evaluation factors include price and past performance, where bidders must provide details of three prior projects completed in the last five years. It includes numerous provisions related to telecommunications equipment, compliance with federal laws, and representation regarding various certifications such as small business status and operational integrity. The document emphasizes compliance with regulations prohibiting the use of certain telecommunications services, child labor regulations, and restrictions on business operations in Sudan. It also includes sections related to the Buy American Act, requiring assurances that offered products meet domestic sourcing criteria. Additionally, it mandates disclosures related to tax obligations and certifications regarding the offeror's status as a small or disadvantaged business. Overall, this solicitation process ensures that vendors comply with legal and regulatory requirements while promoting transparency and integrity in federal contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Spring Conifer Planting, Riparian Planting, Shade Installation, Grubbing Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at the Ochoco National Forest, is seeking quotes from current Blanket Purchase Agreement (BPA) holders for a call order related to Spring Conifer Planting, Riparian Planting, and Shade Installation. The procurement involves planting government-furnished trees, installing shade structures, and site preparation in areas impacted by the Frog Fire and at the Walton Lake Recreation Area, emphasizing the government's commitment to ecological restoration and forest management. The anticipated award date for this contract is March 28, 2025, with responses due by March 20, 2025. Interested parties should contact Andrea Pollock at andrea.pollock@usda.gov for further information.
    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.
    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 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.
    FY 2025 Pike Spring Planting
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting bids for the FY 2025 Pike Spring Planting project, which involves the planting of approximately 509 acres of container stock at a density of 134 trees per acre in Pueblo, Colorado. Contractors will be required to submit pricing for all items listed in the solicitation, which includes two designated planting areas, Wigwam 284 and Wigwam 225, with the intention of promoting environmental conservation through reforestation efforts. This initiative is part of the federal commitment to manage forest resources effectively, and the selected contractor will receive payment on a per-acre basis for their services. Interested parties should contact Steven Dahlgren at steven.dahlgren@usda.gov for further details regarding the submission process and compliance requirements.
    Soil - Placerville Nursery - 127EAS25Q0017
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the procurement of an 80/20 peat moss and vermiculite soil mix for the Placerville Nursery under Solicitation Number 127EAS25Q0017. The procurement requires vendors to supply approximately 177 bags of the specified soil mix in five staggered deliveries, ensuring that all materials meet specific certifications, including asbestos-free certification. This soil mix is crucial for the nursery's operations, supporting the growth and health of various plant species. Interested vendors must submit their technical and price proposals electronically, adhering to the established deadlines, and can direct inquiries to Danielle Dawson at danielle.dawson@usda.gov or by phone at 530-763-1330.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) for Region 6, which encompasses Oregon and Washington. This open and continuous opportunity invites contractors to submit technical and pricing proposals for various forestry services, including timber removal and forest restoration activities, aimed at enhancing forest health and mitigating wildfire risks. The BPA emphasizes sustainable logging practices and environmental stewardship, with contractors required to adhere to strict operational guidelines and safety protocols. Interested parties can contact Ingrid Anderson at ingrid.anderson@usda.gov or 541-527-5462 for further inquiries, and must be registered in the System for Award Management (SAM) to be eligible for contract awards.
    BLM FY25-1 Spring Consolidated Seed Buy.
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for the FY25-1 Spring Consolidated Seed Buy, aimed at acquiring various seed types for ecological restoration and land management efforts. Contractors are required to deliver seeds to specified locations, including Boise, Ely, or Shoshone, and must adhere to strict quality standards, including purity and noxious weed limits, while providing comprehensive documentation for seed testing and certification. This procurement is crucial for supporting federal initiatives in environmental management, with bids due by April 2, 2025, and awards expected to be announced by April 28, 2025. Interested vendors can contact Diane Barker at dbarker@blm.gov or (208) 387-5544 for further information.
    Willamette NF Detroit RD Snow and Tree Removal
    Buyer not available
    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.
    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.