SNOW REMOVAL - HIGH SIERRA RANGER DISTRICT
ID: 127EAS25Q0010Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICESierra National ForestCLOVIS, CA, 93611, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for snow removal services at the High Sierra Ranger District in California. The contractor will be responsible for providing all necessary equipment, labor, and materials to clear snow and debris from designated areas, including the Huntington Lake County Road and the Huntington Lake Snopark, ensuring public accessibility and safety during winter months. This contract, which spans from February 1, 2025, to January 31, 2028, emphasizes compliance with federal procurement regulations and requires contractors to have relevant experience and equipment. Interested parties must submit their proposals by January 24, 2025, at 5 PM EST, and can direct inquiries to Tammy Perrine at tammy.perrine@usda.gov or Greg Wilde at greg.wilde@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) issued by the USDA Forest Service for snow removal services at the High Sierra Ranger District, specifically targeting the Lakeshore sno-park and surrounding areas. The contract spans from February 1, 2025, to January 31, 2028, with provisions for two optional years. Interested contractors must submit both technical and price proposals by January 24, 2025, at 5 PM EST. The evaluation criteria focus on technical capability, past performance, and price responsiveness. The RFP outlines specific tasks, including snow removal from designated roads and areas, and requires bidders to have relevant experience, qualified personnel, and necessary equipment. It emphasizes compliance with federal regulations, including small business set-asides, and mandates precise insurance coverage amounts. Detailed instructions for the proposal submission process, including communication protocols for questions and required certifications, are included. The RFP exemplifies the government’s commitment to engaging qualified contractors while ensuring transparency and accountability in federal procurement processes.
    This document is an amendment to federal solicitation 127EAS25Q0010, primarily modifying submission details and addressing queries related to the solicitation. The amendment informs contractors that they must acknowledge receipt of this document using specified methods before the due date, which has been extended to January 29, 2025, at 5:00 PM EST. The amendment contains answers to eight questions posed by prospective bidders and provides guidelines on how to submit changes to offers already submitted. The document emphasizes the importance of timely acknowledgment to avoid rejection of offers and reinforces that all other terms and conditions remain unchanged. This amendment is crucial in fostering clarity in the solicitation process and ensuring all bidders have the information necessary to submit compliant and competitive offers.
    The document outlines the details related to the RFP for snow removal services under solicitation 127EAS25Q0010. The contract spans from February 1, 2025, to January 31, 2028, covering snow removal primarily from December to May. Key points include that there is no minimum guarantee for equipment call, and the operator is responsible for logging service times. The USDA specified equipment operation rates but clarified that they are estimates and not binding maximums. Additionally, local responsibilities for snow removal are established, clarifying that Caltrans and local HOA do not cover areas in the contract. While an annual snowfall contract was considered, it was rejected due to funding source restrictions. The document serves to clarify contractor obligations and operational guidelines for snow removal services, essential for maintaining road safety during winter months.
    The document outlines the worksite locations for a project involving Huntington Lake Road and Huntington Snopark, specifically noting that the distance from Huntington Snopark to Highway 168 is approximately 0.9 miles. Additionally, it includes the Kokanee Work Center as another relevant site. The primary focus appears to be on mapping out work areas to facilitate project planning and execution. This document is likely related to local or state government RFP processes or grants involving infrastructure or environmental management, emphasizing the geographical context necessary for proper project oversight and coordination. Overall, the file serves as a navigational tool crucial for guiding further operations within the specified locations.
    The High Sierra Ranger District requires a contractor for snow removal services at Huntington Lake Snopark and Kokanee Work Center. The contractor must provide equipment, labor, and materials to clear snow from designated roads and areas, ensuring accessibility for the public by specific times. Key responsibilities include maintaining safe access to parking areas, toilets, and signage, as well as managing snow storage and drainage. The contractor must also respond promptly to additional requests during heavy snowfall. The contract spans approximately five months from February 1, 2025, with a focus on quality and adherence to safety standards. Notifications to the Contracting Officer’s Representative (COR) are required for hazards or damages. Compliance with federal procurement regulations, including registration in the System for Award Management (SAM), is essential for invoicing and payments. Overall, the document outlines the operational framework for snow removal, emphasizing efficiency and safety standards to serve the public effectively during winter conditions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    S--SNOW REMOVAL SERVICES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking contractors for snow removal services under the presolicitation titled "S--SNOW REMOVAL SERVICES." The procurement aims to secure reliable snow removal to ensure safe access and operational efficiency at designated sites, particularly during winter months. Snow removal services are critical for maintaining safety and accessibility in federal facilities, especially in regions prone to heavy snowfall. Interested contractors can reach out to Ryan Taylor at rtaylor@usbr.gov or by phone at 801-524-3818 for further details regarding the opportunity.
    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.
    Trimmer & Auberry Station and Work Center
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction of the Trimmer & Auberry Station and Work Center in Sanger, California. This project falls under the NAICS code 236220 for Commercial and Institutional Building Construction and is set aside for small businesses, with a total budget exceeding $10 million. The construction aims to enhance fire service facilities, ensuring operational efficiency and sustainability, with a projected completion timeline of approximately 730 days from the Notice to Proceed, targeting a completion date around May 2025. Interested contractors should direct inquiries to Matthew Killian at matthew.killian@usda.gov, with proposal submissions due by April 2, 2025, at 1700 EDT.
    127EAW25R0009 - West Camino Cielo Road Repairs
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals for road repairs on West Camino Cielo Road in Santa Barbara County, California. The project entails pothole patching and chip sealing over a distance of 6.72 miles on an existing chip sealed road, with an estimated project cost ranging from $1,000,000 to $2,000,000. This procurement is crucial for maintaining the integrity of transportation infrastructure, and it is set aside for small businesses under the SBA guidelines. Interested contractors must be SAM certified and can expect the Request for Proposal (RFP) to be available on SAM.gov around March 14, 2025. For inquiries, potential bidders should contact Gregory Cunningham at gregory.cunningham@usda.gov.
    Forest Service - Vista BAER Road Treatment
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Vista BAER Road Treatment project in the San Bernardino National Forest, California. The procurement involves essential road maintenance tasks, including the installation of hazard signs, gates, rock boulder barricades, and restoration of drainage functions, aimed at mitigating post-wildfire hazards. This initiative is critical for ensuring public safety and environmental restoration following wildfire events, with a focus on compliance with federal regulations and safety protocols. Interested small businesses, particularly those that are service-disabled veteran-owned or economically disadvantaged, must submit their proposals by email, detailing pricing and technical plans, with the project expected to commence in Spring 2025 and complete within 60 days of the Notice to Proceed. For inquiries, contact Tanya Torres at tanya.torres@usda.gov.
    Sawmill Liebre Reforestation Project Area
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to participate in the Sawmill Liebre Reforestation Project Area located in the Angeles National Forest, California. This procurement involves a firm-fixed-price request for quotations (RFQ) for hand grubbing services over 626 acres to enhance the growth and survival of government seedlings and natural trees, with proposals due by March 21, 2025. This initiative is part of the federal government's commitment to environmental restoration and conservation, emphasizing the importance of engaging small businesses in forestry management efforts. Interested contractors must be registered in the System for Award Management (SAM) and adhere to various compliance requirements, including labor standards and safety protocols, with the contract expected to commence upon award and last for 60 days. For further inquiries, potential bidders can contact Megan Acord at megan.acord@usda.gov.
    San Dimas Landscape Maintenance
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified small businesses to provide landscape maintenance services at the San Dimas Technology and Development Center in California. The procurement encompasses approximately 70,000 square feet of irrigated grounds and additional gravel areas, requiring routine maintenance, minor sprinkler repairs, and palm tree removals over a five-year period. This contract is vital for maintaining a clean and well-kept environment in accordance with federal standards, with proposals due by March 10, 2025, at 1:00 PM EST. Interested vendors must contact Erik Fallo at erik.fallo@usda.gov or Nathan Heikkinen at nathan.heikkinen@usda.gov for further details and must be registered in the System for Award Management to be eligible for consideration.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting offers for multiple Blanket Purchase Agreements (BPA) for National Type 2 firefighter crews as part of the 2025 Annual Review. The procurement aims to secure commercially available Type 2 qualified wildfire crews to assist with fire suppression and various emergency activities across the United States. This contract is crucial for ensuring effective firefighting services and resource management during wildfire incidents, with a five-year term and annual reviews planned. Interested parties must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.
    Snow and Ice Removal Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide snow and ice removal services. This procurement is categorized as a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for the contract, which falls under the NAICS code 561790 for Other Services to Buildings and Dwellings. The services are crucial for maintaining safety and accessibility during winter conditions at military installations. Interested parties can reach out to the primary contact, Sameera Sharif, at sameera.e.sharif.civ@army.mil or by phone at 609-562-7036, or contact the secondary representative, Stephanie Howell, at stephanie.m.howell2.civ@army.mil or 609-562-5335 for further information.