IDIQ Forestry Management Services, Mountain Home Project Office
ID: W9127S25QA010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST LITTLE ROCKLITTLE ROCK, AR, 72201-3225, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST TREE PLANTING (F005)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors to provide forestry management services for the Mountain Home Project Office in Arkansas and Missouri. The contract, structured as a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), includes a base year and four option years, covering various services such as tree planting, glade restoration, and fire-line establishment across multiple counties. This procurement is crucial for maintaining and enhancing natural resources in the specified areas, ensuring compliance with environmental standards and safety regulations. Interested small businesses must submit their quotes by August 19, 2025, at 10:00 A.M. CDT, to Brandee M. Wright at brandee.m.wright@usace.army.mil, and must have an active registration in SAM.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a combined synopsis/solicitation (W9127S25QA010) issued as a Request for Quotation (RFQ) by the US Army Corps of Engineers, Little Rock District Contracting Division. It is a small business set-aside with NAICS Code 115310 and a size standard of $11.5 Million. The solicitation seeks forestry management services, including various types of tree planting, glade restoration, mulching, fire-line establishment, and debris cleanup on Norfork and Bull Shoals Lakes across multiple counties in Arkansas and Missouri. The period of performance is from the date of award through May 31, 2030, with a base period and four one-year options. Quotes are due by August 19, 2025, at 10:00 A.M. CDT and should be emailed in PDF format to brandee.m.wright@usace.army.mil. Award will be based solely on price. Offerors must have an active SAM.gov registration and submit a signed Request for Quotation cover page, completed provisions, and a quote schedule.
    The document is a combined synopsis/solicitation for forestry management services issued by the US Army Corps of Engineers under solicitation number W9127S25QA010, targeting small businesses. The contractor must provide comprehensive services, including tree planting and various environmental restoration treatments at locations around Norfork and Bull Shoals Lakes in Arkansas and Missouri. The solicitation includes a schedule of required deliverables, consisting of specific quantities and unit prices for services such as bare-root tree planting, glade restoration, and fire-line establishment, to be completed over a multi-year performance period from the date of award through May 31, 2030. Quotes are due by August 19, 2025, via email to the designated contact. The selection for contract award will be based solely on price. Offerors must comply with several federal regulations and flow-down clauses, emphasizing the small business set-aside nature of the project aimed at ensuring competitive opportunities for smaller enterprises in government contracts.
    This government solicitation, Amendment/Modification W9127S25QA0100001, details a Firm Fixed Priced Indefinite Delivery Indefinite Quantity (IDIQ) Service Contract for Forestry Management Services for the US Army Corps of Engineers, Little Rock District. The contract spans a base year and four option years (2025-2030) and covers bareroot tree planting, large tree planting, balled and burlap tree planting, cut and drop treatment, hack and squirt treatment, glade restoration, cedar mulching, brush mulching, permanent fire-line establishment and preparation, and hand line installation and preparation. Services will be performed in various remote locations around Bull Shoals and Norfork Lakes in Baxter, Boone, Marion, and Fulton Counties, Arkansas, and Ozark and Taney Counties, Missouri. The contractor is responsible for all personnel, equipment, supplies, transportation, tools, and supervision, and must adhere to strict quality control, safety, and environmental standards, including OSHA and EM 385-1-1. The government will provide seedlings and trees, and the contractor must comply with all applicable laws, permits, and licenses. The document also outlines payment procedures, insurance requirements, and contractor responsibilities regarding security and communication.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contractor for the Fargo-Moorhead Metropolitan Area Flood Risk Management Forest Mitigation Planting project. This initiative requires the contractor to provide all necessary labor, materials, and equipment to execute forest planting and maintenance across approximately 165.2 acres, including the establishment of trees, grasses, and forbs, as well as invasive species management over a three-year period. This project is crucial for environmental mitigation associated with the larger flood risk management efforts in the area. The solicitation is expected to be released in mid-December 2025, and interested parties should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information. The contract will be a Firm, Fixed-Price contract, set aside for small businesses, with a NAICS code of 115310 and a size standard of $11.5 million.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Wood Waste Grinding Services for Fort McMcy, WI IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors to provide Wood Waste Grinding Services at Fort McCoy, Wisconsin, under a Non-Personal Service Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement requires the contractor to supply all necessary labor, transportation, equipment, materials, supervision, and other items as outlined in the Performance Work Statement, with a contract period running from January 15, 2026, to November 30, 2026, and includes four optional twelve-month periods. This service is crucial for the management of wood waste, contributing to environmental conservation and resource management efforts at the facility. Interested small businesses should contact Crystal Johnson at crystal.j.johnson27.civ@army.mil or call 520-706-2763 for further details and to ensure compliance with the Total Small Business Set-Aside requirements.
    Forest Improvement Herbicide- Fort Drum
    Buyer not available
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    Fort Leonard Wood Roofing IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, Missouri, and the Lake of the Ozarks area. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of roofing services including the removal, repair, and installation of various roofing systems, with an estimated contract value between $10 million and $25 million over a five-year period. The procurement is critical for maintaining the integrity and safety of government facilities, ensuring compliance with stringent safety and quality standards. Interested contractors must submit their bids by December 17, 2025, and can direct inquiries to Manson Fowler at manson.l.fowler.civ@army.mil or Blia Vue at blia.vue.civ@army.mil.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    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.
    Jackson Hole Levee Vegetation Spraying
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking proposals for a vegetation spraying contract related to the Jackson Hole Levee Project in Wyoming. The contract, identified by Solicitation No. W912EF26QA013, involves the management of woody vegetation less than six feet tall along approximately 33 miles of levees, with a focus on environmental protection and adherence to strict pesticide application protocols. This initiative is crucial for maintaining the integrity and functionality of flood control structures in the region. Interested small businesses must register with the System for Award Management (SAM) and can expect the solicitation to be released soon via https://sam.gov/, with further inquiries directed to Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.
    Skiatook and Birch Lake PCMC, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the Tulsa District, is soliciting bids for landscaping services at Skiatook and Birch Lake PCMC in Oklahoma. This procurement is set aside for small businesses under the Total Small Business Set-Aside program, aiming to enhance the grounds and maintain the aesthetic and functional quality of the facilities. Landscaping services are crucial for the upkeep of military installations, contributing to both operational readiness and environmental stewardship. Interested contractors can reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or by phone at 918-669-4396 for further details regarding the solicitation process.