F--ORCA MIDSLOPE 1+2 ROAD CUT AND PILE
ID: 140PS125Q0032Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MISSOURI MABO(62000)Omaha, NE, 68102, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- TREE THINNING (F014)

Set Aside

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

    The Department of the Interior, National Park Service (NPS) is seeking qualified vendors for the ORCA Fuels Reduction Mid-slope 1 + 2 Cut and Pile project at Oregon Caves National Monument & Preserve. The project aims to reduce wildfire intensity by mechanically cutting and piling small diameter conifers and ladder fuels across approximately 43 acres, while ensuring the protection of monument visitors, rare plants, archaeological sites, and wildlife habitats. This initiative is critical for maintaining the ecological balance and safety of the area, particularly near historical structures. Interested parties must submit their quotes by August 25, 2025, with the work scheduled to commence on September 15, 2025, and conclude by October 31, 2025. For further inquiries, vendors can contact Stephen Loftus at stephen_loftus@nps.gov or call 202-354-2267.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) seeks a contractor for the Fuels Reduction/Vegetation Management for Mid-Slope 1+2 Cut and Pile Project at Oregon Caves National Monument and Preserve (ORCA). This 43-acre project aims to reduce wildfire intensity near historical structures by cutting and piling small diameter conifers and ladder fuels. The contractor must provide all equipment and personnel, adhering to strict thinning and piling prescriptions, including specific tree diameters for removal and retention, branch pruning, and pile construction. Work standards emphasize protecting monument visitors, rare plants, archaeological sites, and wildlife habitats. The project, expected to take 30 days, is scheduled from October 1, 2025, to February 28, 2026. Safety is paramount, with requirements for site-specific safety plans, PPE, OSHA compliance, fire prevention, and spill control. Additionally, the contractor must comply with regulations regarding eligible workers, cultural resource protection, and environmental safeguards.
    The document is a topographic map, likely a federal government file given the context of RFPs and grants. It depicts an area named "Cave Creek" and identifies a "Mid Slope 1 + 2 Cut and Pile unit." Key topographic features include contour lines at various elevations (e.g., 4200, 4400, 4600, 4800), indicating terrain elevation changes. The map also labels "BIG TREE" as a point of interest. The scale is provided as 1:6,703, with distance indicators in miles and kilometers. Source attribution includes various geospatial data providers such as Esri, Maxar, Airbus DS, and USGS. The date 8/5/2025 is visible, possibly indicating the map's creation or last update. This type of map is typically used for land management, resource planning, or environmental assessment in government projects.
    This document is an amendment to Solicitation No. 140PS125Q0032, issued by the DOI, NPS ConOps Strategic Business Services Contracting Division in Washington, DC. The effective date of the amendment is August 5, 2025. This is a combined synopsis/solicitation and a Notice of Intent for Request for Quote for a commercial item. The National Park Service (NPS) intends to solicit quotes for a vendor to provide all labor, equipment, materials, supplies, and services for the ORCA Fuels Reduction Mid-slope 1 + 2 Cut and Pile project. The scope of work includes felling standing live trees (<7'' DBH) and dead trees (<13'' DBH), pruning remaining trees, removing ladder fuels, bucking up dead and down material, and piling all resulting material on-site. Motorized equipment is limited to hand-held and hand-carried tools. The work must protect monument visitors, rare plants, archeological sites, monument infrastructure, preserve wildlife habitat, and minimize aesthetic impacts. The Period of Performance is from September 15, 2025, to October 31, 2025. The amendment also provides answers to vendor questions: there is no minimum diameter for piling dead/down material, a 3-foot minimum distance from trails for piles, and a likely 50-foot buffer from wet drainages. Offers must acknowledge receipt of this amendment by one of the specified methods prior to the hour and date specified for receipt of offers.
    The Department of the Interior, National Park Service (NPS) is issuing Amendment 0002 to Solicitation 140PS125Q0032 for the ORCA Fuels Reduction Mid-slope 1 + 2 Cut and Pile project. This amendment addresses vendor questions, clarifying that the minimum size diameter for piling dead and down material is 1 inch, and piles should be at least 3 feet from trails. A 50-foot buffer will be maintained from wet drainages. This is a Request for Quote (RFQ) for a commercial item, with no separate written solicitation. The project requires a vendor to provide all labor, equipment, materials, supplies, and services to fell standing live trees (<7" DBH) and dead trees (<13" DBH), prune trees, remove ladder fuels, buck dead and down material, and pile resulting material on-site. Work must protect visitors, rare plants, archaeological sites, infrastructure, wildlife habitat, and minimize aesthetic impacts. The period of performance is from September 15, 2025, to October 31, 2025.
    The National Park Service (NPS) issued Request for Quotation (RFQ) 140PS125Q0032 for a “Mid-slope 1 + 2 Cut and Pile Project” at Oregon Caves National Monument & Preserve. This 100% small business set-aside seeks a vendor to perform hazardous fuel reduction, including felling trees, pruning, and piling materials, while protecting monument features and wildlife. The project runs from September 15, 2025, to October 31, 2025. Quotes are due by August 25, 2025, at 1700 PDT, and must include a project narrative, prior experience, and completed provisions. Offerors must be actively registered in the System for Award Management (SAM) with NAICS code 115310. A site visit is scheduled for August 20, 2025. Award will be based on price, technical capability, and prior experience, with a firm-fixed-price commercial contract anticipated around September 5, 2025.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    BFR 2025 NPL PCT, Buck, & Grapple Pile - Flat III Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is issuing a Notice of Intent for a Blanket Purchase Agreement (BPA) Call to acquire services for precommercial thinning, bucking, and grapple piling in Bend, Oregon. This procurement aims to treat a total of 1,137 acres, consisting of 509 mandatory acres and 628 optional acres, focusing on recently harvested and natural stands. The services are critical for managing forest health and reducing fire hazards by effectively treating created fuels through specified forestry activities. Interested small businesses must submit their offers by December 10, 2025, at 4:30 PM PT, with the estimated period of performance extending through November 30, 2026. For further details, potential bidders can contact Andrea Pollock at andrea.pollock@usda.gov.
    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) 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.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    Camas Prairie Fence
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    Preparation of National Park Service National Register of Historic Places Nomination 10-900 Form for the Sand Island Military Reservation located in Clatsop County, Oregon
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified small businesses to prepare a National Park Service National Register of Historic Places Nomination Form (NPS 10-900) for the Sand Island Military Reservation located in Clatsop County, Oregon. The objective of this procurement is to evaluate the historical significance of the Sand Island Military Reservation and to prepare the necessary documentation for its eligibility for the National Register of Historic Places, as part of a mitigation effort outlined in a Memorandum of Agreement with the Oregon State Historic Preservation Office. This project is crucial for preserving cultural resources impacted by USACE projects in the region, and the selected contractor will be responsible for conducting background research, drafting nomination forms, and providing monthly progress reports over a performance period of 365 days. Proposals are due by December 8, 2025, at 2:00 PM PT, and interested parties should contact Rattiya Oaks at rattiya.p.oaks@usace.army.mil or Justin Figueredo at Justin.F.Figueredo@usace.army.mil for further information.
    Deschutes NF - West Bend Rock Road Closure
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, intends to award a single-source contract to Knife River, Inc. for the supply of 8,250 tons of Commercial Grade (Reject) Aggregate. This procurement aims to furnish aggregate materials on an as-needed basis from February 1, 2026, to November 30, 2026, with the materials to be loaded into Forest Service dump trucks at the supplier's location in Central Oregon. The aggregate is critical for various construction and maintenance projects within the Deschutes National Forest and surrounding areas, ensuring compliance with specific quality standards, including a requirement for no less than 16% passing the 200 Sieve. Interested vendors must submit their quotations by September 22, 2025, at 2 PM PST, via email to Karen Weaver at karen.weaver@usda.gov, and must have an active registration in the System for Award Management (SAM).
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.