F--SEKI/ KNP Phase II Tree Hazard Removal
ID: 140PS125Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDOI, NPS CONOPS STRATEGICWashington, DC, 20240, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST/RANGE FIRE REHABILITATION (NON-CONSTRUCTION) (F004)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service (NPS), is seeking contractors for the F--SEKI/ KNP Phase II Tree Hazard Removal project aimed at mitigating roadside tree hazards resulting from the 2021 KNP Complex Wildfire in Sequoia and Kings Canyon National Parks. The primary objective is to remove fire-killed and weakened trees that pose risks to roadways and parking areas, thereby ensuring public safety and maintaining ecological integrity within the park. This contract, classified under NAICS code 115310 for Support Activities for Forestry, is a Historically Underutilized Business (HUBZone) Set-Aside, emphasizing the importance of engaging small businesses in environmental restoration efforts. Interested contractors must submit their proposals by June 30, 2025, with a performance period extending from June 23, 2025, to December 31, 2026. For further inquiries, potential offerors can contact Stephen Loftus at stephen_loftus@nps.gov or by phone at 202-354-2267.

    Point(s) of Contact
    Files
    Title
    Posted
    The SEKI 326438 contract is a project aimed at mitigating tree hazards in the Sequoia and Kings Canyon National Parks, specifically within the perimeter of the 2021 KNP Complex Wildfire. The focus is on reducing dangers posed by fire-killed or weakened trees along approximately 38 miles of roadways and the Red Fir Spray Field to ensure visitor safety and maintain firebreaks. The task involves felling hazard trees, treating woody debris, and handling fallen logs, with specific guidelines to minimize environmental impact, including protecting cultural and natural resources. Key activities will occur from July 1, 2025, to December 31, 2026, adhering to rigorous safety, traffic control, and environmental protocols. The document emphasizes teamwork and coordination among various stakeholders, detailing operational hours, performance requirements, and compliance with National Park Service policies. The project reflects the government’s commitment to enhancing park safety and ecological integrity while addressing the aftermath of wildfires through proper planning and rigorous activity monitoring.
    The document outlines the Project Activity Levels (PALs) system, a decision-making tool for fire and timber resource managers to assess industrial precautions based on the National Fire Danger Rating System (NFDRS) data. It specifies operational restrictions and requirements during various levels of fire danger. Key points include conditions for mechanical operations, safety measures when using hot saw technology, and stipulations for fire suppression readiness. Minimum restrictions mandate fire patrols, tank truck availability, and communication protocols between equipment teams. The document prohibits certain activities, such as blasting and welding, during high-risk times while permitting others under strict conditions. Overall, the PALs serve as guidelines to ensure safety in forest management operations, emphasizing the necessity of fire risk management in contract execution and communication within the fire management community.
    The document outlines a report template related to a federal contract identified by the number 140PS124R0003, classified as a HUBZone Set Aside. Its purpose is to provide an overview of subcontracting limitations within the contract period, which spans from a specified start date to an end date. The report necessitates detailing payments made to both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS), though specific amounts were not provided in the template. It emphasizes the limitation on subcontracting percentage calculated based on the payments made to the prime contractor relative to payments made to NSS entities. The template appears to be a compliance tool to ensure that federal contracting regulations regarding subcontracting are followed. Overall, this document serves as a framework for reporting on subcontracting activities under the specified federal contract, reinforcing commitments to HUBZone program guidelines and financial transparency.
    The document outlines a comprehensive tree hazard mitigation plan involving stem removals and tree felling in response to the KNP Complex Wildfire. It details tree sizes and quantities to be addressed across various road segments in a cumulative manner. The dataset includes specific locations such as Commissary Curve, Giant Forest, and General Sherman Tree, with mileage distances and associated figures for different classes of tree diameters (DBH). A significant focus is placed on removing hazardous trees categorized by size, aiming to improve safety and reduce wildfire risk within these areas. The summary tables provide cumulative totals for different tree sizes, emphasizing the extensive volume of work planned, which amounts to over 5,000 tree removals across various segments. The report is structured to facilitate understanding of planned actions in a systematic manner, highlighting the significance of this initiative in environmental management and public safety. Additionally, it reflects the government's commitment to addressing ecological hazards effectively through strategic planning and execution.
    The National Park Service (NPS) issued a revised contract bid schedule for Phase 2 of the KNP Complex Wildfire project, aimed at mitigating tree hazards across parkwide areas. This solicitation (number 140PS125Q0019) details various tasks related to tree management, including felling, limbing, chipping, and disposal of trees of varying diameters, alongside operational elements like mobilization and traffic control. The contract specifies estimated quantities for each task, ranging from handling smaller trees (4-11" DBH) to larger ones (42+" DBH), as well as the management of resulting slash. Key activities also include ditch repairs, hydraulic mulching, and the installation of protective silt fences. The overall estimated price for these services remains unspecified at $0.00. This document signifies the NPS's commitment to ecological restoration and safety within national park territories after wildfire impacts, ensuring efficient and responsible forest management practices.
    The document presents an Independent Government Cost Estimate for a contract pertaining to Phase 2 of tree hazard mitigation following the KNP Complex Wildfire, overseen by the National Park Service. The main objective is to safely remove and manage trees of varying diameters that pose risks to park safety. The contract outlines specific tasks, including felling trees, chipping and dispersing tree slashes, and managing existing felled trees. Quantities for each task are detailed by tree diameter, indicating the scale of work required. Furthermore, the estimate includes additional activities such as ditch repairs, hydraulic mulching, and traffic control measures. Each item shows an estimated quantity with a unit price marked as $0.00, likely reflecting a preliminary cost assessment or a placeholder pending bids. This exercise is crucial for determining budget allocations and ensuring compliance with governmental procedures for federal RFPs related to environmental restoration and forestry management within the National Parks. Overall, the document serves as a foundational step for the solicitation process to maintain park safety and ecological balance.
    The SEKI/KNP Phase II Tree Hazard Removal project, outlined in solicitation 140PS125Q0009, focuses on the removal of hazardous trees along General's Highway and Mineral King Road in a national park. Key elements include contractor traffic management, payment terms facilitating quick invoice processing for HUBZone small businesses, and guidelines for tree felling to minimize damage to surrounding green trees. Work must be completed by December 31, 2026, with provisions for adverse weather conditions impacting operations. Staging areas for equipment are designated at Wolverton and Wuksachi Trailhead parking lots. The National Park Service (NPS) expects normal road wear from project-related traffic while not holding the contractor liable for such wear. Additionally, flexibility in traffic control plan adjustments is offered for unexpected challenges. The project budget is set at approximately $6.9 million, emphasizing hazard tree management with specific reporting methods preferred for communication. This initiative aims to enhance park safety and environmental protection while adhering to federal contracting standards and promoting efficiency in small business operations.
    The National Park Service (NPS) has issued an amendment to solicitation number 140PS125Q0009 concerning a contract aimed at mitigating roadside tree hazards resulting from the 2021 KNP Complex Wildfire in Sequoia and Kings Canyon National Parks. The response deadline for contractors is now set for June 30, 2025, at 1700 PDT, with questions due by June 24, 2025. The project entails removing fire-killed and weakened trees that pose risks to roadways and parking areas. The effective period for the contract is from June 23, 2025, to December 31, 2026. The document emphasizes the importance of acknowledging the amendment in submissions, as failure to do so may lead to rejection. The location specified for the project is Sequoia & Kings Canyon National Parks, and the amendment outlines the requirements for changes to offers and submission procedures.
    The document is an amendment to the request for proposals (RFP) related to a contract by the National Park Service (NPS) aimed at mitigating roadside tree hazards within the burn perimeter of the 2021 KNP Complex Wildfire in Sequoia and Kings Canyon National Parks. The amendment modifies the original solicitation by changing the response deadline to June 30, 2025, at 1700 PDT, with questions due by June 24, 2025. The work specified in the amendment must be completed by December 31, 2026. It outlines safety concerns regarding fire-killed and weakened trees that pose risks to roadways and parking areas, thereby threatening users' safety. The contact for the RFP is identified as Contract Specialist Stephen Loftus, who can be reached via email. The document serves as a formal communication to ensure potential contractors acknowledge the amendment to participate effectively in the bidding process.
    The document pertains to an amendment of solicitation 140PS125Q0009, issued by the National Park Service (NPS) for a contracting opportunity aimed at mitigating roadside tree hazards caused by the 2021 KNP Complex Wildfire in Sequoia and Kings Canyon National Parks. The amendment modifies the site visit date from June 20 to June 11, 2025, and shifts the response deadline to June 30, 2025, at 1700 PDT with questions due by June 24, 2025. The contractor will address fire-killed and weakened trees that pose risks to roadways and parking areas. The project's performance period is from June 23, 2025, to December 31, 2026. Interested parties must acknowledge this amendment or submit offers in compliance with stipulated procedures, or risk rejection. Overall, the amendment serves as a notification of changes while outlining the urgency of ensuring public safety in park areas affected by wildfire damage.
    The document outlines an amendment to solicitation number 140PS125Q0009 issued by the National Park Service (NPS) for a contract aimed at mitigating roadside tree hazards within the burn perimeter of the 2021 KNP Complex Wildfire in Sequoia and Kings Canyon National Parks. The purpose of the amendment is to address questions about the solicitation and provide a revised bid schedule. Notable changes include a new site visit date, modifications to the response deadline, and clarification of key submission requirements. The contractor must complete all work by December 31, 2026, with a response deadline now set for June 30, 2025, and questions due by June 24, 2025, at 1700 PDT. The document provides vital contact information for the contract specialist and emphasizes the urgency of ensuring public safety by removing hazardous trees. This amendment is part of the NPS's ongoing efforts to manage the aftermath of the wildfire and prevent dangers to park visitors and infrastructure.
    The document outlines an amendment to solicitation number 140PS125Q0009 issued by the National Park Service (NPS) regarding a contract to mitigate roadside tree hazards resulting from the 2021 KNP Complex Wildfire in Sequoia and Kings Canyon National Parks. This amendment addresses necessary corrections, including a change to the solicitation number on the Price Schedule and limitations on subcontracting. The closing date for submissions has been extended to July 2, 2025, and the deadline for questions has been set for June 24, 2025. Furthermore, it reschedules a site visit from June 20, 2025, to June 11, 2025. All work under this contract must be completed by December 31, 2026, emphasizing the importance of public safety against potential hazards posed by fire-killed trees. The document also includes contacts for further inquiries, ensuring interested offerors can obtain necessary information. Overall, the amendment reflects administrative updates and clarifications essential for contractors involved in the bidding process.
    The National Park Service (NPS) is soliciting contractors for tree hazard mitigation services within the burn perimeter of the 2021 KNP Complex Wildfire at Sequoia and Kings Canyon National Parks. The objective is to address fire-killed and weakened trees threatening roadways and ensuring public safety. The Request for Quotation (RFQ) 140PS125Q0009 outlines a firm fixed price contract, with a performance period from June 23, 2025, to December 31, 2026. Proposals must include a detailed technical plan, prior experience, and pricing documentation. This procurement is a HUBZone Set Aside, classified under NAICS code 115310 for Support Activities for Forestry. Evaluation will focus on price, technical capabilities, and prior experience, ensuring all factors hold equal weight. Offerors are encouraged to submit their best proposals initially, as the selection process aims to expedite contract finalization with the most suitable contractor. Additionally, all quotation requirements, including compliance with federal regulations and clauses, are detailed to maintain transparency and accountability throughout the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    F--Special Notice of Intent to Sole Source Award - Emergency Tree Removal
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for emergency tree removal services to Zorza, Inc. This contract aims to address the urgent need for the removal of dead, damaged, and structurally compromised trees that pose a direct threat to public safety and critical infrastructure on USFWS property. The selected contractor, Zorza, Inc., has been chosen due to their proven ability to respond quickly to emergencies and their familiarity with the site, ensuring that the hazardous trees are removed promptly to mitigate risks. Interested parties may submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, but this notice does not constitute a solicitation, and any associated costs for submissions will not be reimbursed by the government.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.