NEZ PERCE-CLEARWATER NF Salmon River Seed Orchard Well Drilling
ID: 1240LU24Q0075Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 9Ogden, UT, 844012310, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

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

    The U.S. Department of Agriculture, Forest Service, is seeking qualified contractors for the "Salmon River Seed Orchard Well Drilling" project located in the Nez Perce-Clearwater National Forests in Idaho. The primary objective is to drill a well to provide potable water to the nursery, with provisions for additional wells if the initial attempt does not meet specifications. This project is crucial for ensuring sustainable water resources for agricultural activities within the national forest, reflecting the government's commitment to effective water management. Bids are due by September 26, 2024, at 11:00 A.M. MT, with a project budget estimated between $100,000 and $250,000, and work is expected to commence no earlier than October 15, 2024, continuing until October 15, 2025. Interested contractors can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation (No. 1240LU24Q0075) for the "Salmon River Seed Orchard Well Drilling" project by the USDA Forest Service. The aim is to provide potable water to a nursery within the Nez Perce-Clearwater National Forests, situated in Idaho. The project involves the drilling of a well, with additional provisions for alternative wells if initial attempts do not meet specifications. Bids are due by September 26, 2024, at 11:00 A.M. MT, with a performance period spanning from October 15, 2024, to September 15, 2025. A performance bond is required for contracts exceeding $35,000, and various environmental compliance measures should be adhered to during construction. The commission is targeting a project size with an estimated cost between $100,000 and $250,000. Critical sections include detailed requirements for site conditions, necessary contractor qualifications, project specifications, and bonding regulations. The overall scope emphasizes environmental stewardship alongside operational guidelines, ensuring legal and safety compliance throughout the project lifecycle. This initiative illustrates the federal government’s commitment to infrastructure development while managing natural resources responsibly.
    The document outlines the Request for Proposal (RFP) for the Salmon River Seed Orchard Well Drilling project, identified by solicitation number 1240LU24Q0075. It specifies a range of drilling services and associated tasks required in the Nez Perce-Clearwater National Forests, Idaho. The bidding schedule includes items such as mobilization, sediment control, drilling permits, multiple dimensions of well casing and screen, grouting, yield testing, and water analysis. Optional work includes drilling and abandoning additional wells. Contractors must submit pricing for all listed items to be eligible for the contract. The proposal emphasizes the potential for one award based on the comprehensive pricing provided. The stipulations regarding optional tasks imply flexibility for the government in project execution while ensuring compliance with contract terms. This RFP reflects a systematic approach to managing groundwater resources while supporting the operational needs of the Salmon River Seed Orchard.
    The document outlines the well construction plans for the Salmon River Seed Orchard project, developed for the U.S. Department of Agriculture Forest Service in the Nez Perce-Clearwater National Forest, Idaho. It includes a comprehensive index of blueprints and engineering details, with specific sheets dedicated to project notes, site plans, and well construction details. The plans received multiple approvals, indicating compliance with federal oversight, and reflect an emphasis on properly documented engineering practices essential for the environmental and operational integrity of the site. This project forms part of broader federal initiatives, emphasizing the importance of water resource management within national forests. The detailed technical drawings and general notes aim to ensure successful implementation and adherence to safety standards, showcasing the government's commitment to maintaining natural resources while facilitating agricultural activities.
    The Salmon River Seed Orchard project involves the drilling, casing, and testing of a groundwater well under specified provisions. The work includes using appropriate drilling equipment to reach an estimated depth of 250 feet while adhering to Idaho regulations. If initial attempts at "Priority 1" locations do not yield sufficient production rates, an alternative "Priority 2" location has been designated for further drilling. The contractor is responsible for obtaining permits, conducting various tests (yield, chemical, and bacteriological), and implementing proper disposal methods for construction waste. Additionally, the contract outlines critical materials (such as steel and PVC casing) and mandates adherence to specific well construction standards. The well must be developed to ensure maximum yield, with comprehensive logging of materials and conditions encountered during drilling. Well abandonment procedures are described, ensuring environmental regulations are met if conditions necessitate. Overall, this document serves as a guide for contractors to meet the necessary standards and regulations while completing well construction and testing, emphasizing compliance, safety, and effective water sourcing for the seed orchard.
    The document consists of a wage determination for heavy construction projects in Idaho, specifically covering Benewah, Clearwater, and Latah Counties. It outlines compliance with the Davis-Bacon Act, which mandates minimum wage standards for workers on federally funded projects. The wage rates reflect the prevailing wages determined by a survey and account for various trades, including carpenters, electricians, ironworkers, and laborers, with listed hourly rates and fringe benefits. Specific executive orders are noted that dictate wage rates based on contract dates and extensions, emphasizing that contracts awarded post-January 30, 2022, require a minimum wage of $17.20 per hour. The determination also includes requirements for paid sick leave under Executive Order 13706 and outlines the appeals process for wage determinations. Additionally, the document emphasizes that appropriate classifications not listed must be submitted for approval. Overall, the file serves to ensure fair wage compliance and worker protection in public construction contracts, essential for contractors participating in federal grants and state/local requests for proposals (RFPs).
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    End of the World Long Term Stewardship
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    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.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    Bitterroot Front 10 Year G-Z IRSC
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    Water System Upgrades Santa Fe National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Water System Upgrades project at the Santa Fe National Forest, located in Pecos, New Mexico. This project involves the replacement of three drinking water systems at high-use recreation sites: Jacks Creek Campground, Field Tract Campground, and the Panchuela Administrative Site, requiring comprehensive demolition and installation of new infrastructure. The upgrades are crucial for ensuring safe and reliable water supply for recreational use and administrative functions in the area. Interested contractors should note that proposals are due by December 17, 2025, with an estimated contract value between $500,000 and $1,000,000, and are encouraged to contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    Demolition and Construction of Drinking Water Well
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, is seeking sources for the demolition and construction of a drinking water well at the Pomonkey Facility in La Plata, Maryland. The project entails decommissioning an existing well, drilling a new well to a depth of 500-900 feet, and installing a pump with a capacity of 10 gallons per minute, along with necessary electrical connections and pressure tanks. This initiative is crucial for ensuring a reliable potable water supply, adhering to federal, state, and local regulations, including EPA and AWWA standards. Interested small businesses must submit their responses, including relevant experience and capabilities, by December 25, 2025, to Yina Brooks at yina.brooks.civ@us.navy.mil.