Stanislaus National Forest, Groveland Ranger District Boulders Delivery and Placement
ID: 127EAS24Q0058Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEStanilaus National ForestSONORA, CA, 95370, USA

NAICS

Landscaping Services (561730)

PSC

MAINTENANCE OF RECREATION FACILITIES (NON-BUILDING) (Z1PA)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking proposals from small businesses for the delivery and placement of 124 four-foot boulders within the Stanislaus National Forest, Groveland Ranger District, California. The primary objective of this procurement is to install physical barriers to protect sensitive environments, particularly turtle habitats, and to prevent user-created routes that could lead to meadow degradation. This project is part of broader environmental restoration efforts, emphasizing ecological integrity and compliance with environmental regulations. Proposals are due by September 12, 2024, with the period of performance scheduled from September 16 to September 27, 2024. Interested contractors can contact Anthony Love at anthony.love@usda.gov or Greg Wilde at greg.wilde@usda.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Groveland Boulder Installation Restoration Project aims to install physical barriers to protect sensitive environments within the Stanislaus National Forest, specifically turtle habitats. The project involves delivering 91 4’X4’ boulders to six designated sites, strategically placed to prevent user-created routes and meadow degradation. The contractor must ensure that all equipment is cleaned to prevent weed contamination and provide all necessary materials and tools for the installation process within mountainous terrain. The work includes restoring disturbed areas and complying with environmental regulations, such as protecting cultural resources and controlling erosion. Deliverables include timely boulder deliveries and weekly status reports throughout the project duration. The emphasis is on maintaining ecological integrity while performing construction tasks, highlighting the project’s commitment to environmental stewardship. This document serves as a comprehensive guide for contractors responding to this government Request for Proposal (RFP).
    The document outlines the guidelines for creating an Independent Government Estimate (IGE) related to various procurement requirements, particularly for a project titled "Groveland Boulder Restoration." It categorizes types of IGEs, such as stand-alone IGEs for unique needs and those with options for recurring or multi-year requirements. The IGE serves as the government’s independent estimate to assess procurement values and to determine price reasonableness against contractor quotes. The scheduled items include detailed descriptions and estimated quantities for tasks like delivering and installing boulders at multiple sites, as well as kiosks and equipment removal. The anticipated award to contractors is designated as a firm fixed-price contract, ensuring clarity in financial commitments. Overall, this document is instrumental in guiding federal contractors through the bidding and estimation process, ensuring alignment with government procurement practices and transparent operations throughout the contracting phase. It emphasizes the importance of an accurate and independent estimate in the fiscal planning and execution of government projects.
    The document lists multiple restoration sites, designated as Restoration Site 1 through Restoration Site 6, implying a structured approach to environmental or structural restoration projects. Each site likely represents areas identified for revitalization or repair, potentially under government initiatives or grants focusing on conservation, infrastructure improvement, or ecological restoration. The numbering suggests an organized method for categorizing these sites, although specific details regarding the conditions, objectives, or required interventions at each site are not provided in this excerpt. The overall purpose of this document aligns with federal and state/local RFPs that aim to allocate funds and resources for the restoration and improvement of designated sites, enhancing environmental and community health and safety. The absence of additional context points to a need for further documentation to fully understand the scope and nature of the projects related to these restoration sites.
    The document outlines Wage Determination No. 2015-5619 under the Service Contract Act (SCA), detailing minimum wage rates and fringe benefits required for federal contractors in California's Stanislaus County. Effective from January 30, 2022, contracts must comply with either Executive Order 14026, mandating a minimum wage of $17.20 per hour, or Executive Order 13658, which sets a rate of $12.90 per hour, based on the contract's award date. The register provides rates for various occupations, including administrative, health, food preparation, and technical positions, highlighting varying pay scales and mandatory benefits like health and welfare compensation, vacation, and holiday pay. The document emphasizes compliance requirements under current laws, providing detailed guidance on contractor obligations for wage and benefit determinations. Additionally, it discusses the conformance process for newly classified occupations that are not listed in the wage determination, ensuring fair labor practices. Overall, this file serves to establish clear wage standards and worker protections for contractors engaged in federal service contracts, ensuring alignment with labor regulations.
    The solicitation RFQ 127EASQ240058 seeks proposals for the delivery and installation of 124 four-foot boulders on various sites within the Stanislaus National Forest, Groveland Ranger District. This combined synopsis/solicitation is issued for small businesses, adhering to the FAR guidelines. Proposals must be submitted by September 12, 2024, with services including delivery, installation, and removal of kiosks and barriers across multiple sites. A post-award conference will clarify placement specifics. Key provisions incorporate various FAR clauses related to government contracting, emphasizing compliance with labor standards and small business utilization. Technical proposals must detail past performance, including similar projects, while price proposals require a completed schedule of items. The evaluation criteria prioritize price over past performance, ensuring the government selects the most advantageous offer. This procurement process underscores the federal government's ongoing commitment to fostering small business opportunities while enhancing public infrastructure and services in environmentally significant areas.
    Lifecycle
    Title
    Type
    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.
    Deschutes NF - West Bend Rock Road Closure
    Agriculture, Department Of
    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.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    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.
    Polaris Snowmobile Sierra NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    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.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.