USFS Region 5 Reforestation Services IDIQ
ID: 12970225R0003Type: Sources Sought
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC SWWashington, DC, 20250, USA

NAICS

Support Activities for Forestry (115310)
Timeline
    Description

    The U.S. Department of Agriculture, Forest Service, Region 5 is seeking expressions of interest from qualified vendors for a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on reforestation services aimed at improving forest health across various national forests in California. The contract will cover three distinct service areas—Northern, Central, and Southern California—requiring contractors to provide all necessary resources, including labor and equipment, while adhering to strict safety protocols and environmental preservation practices. This initiative is critical for enhancing the resilience of forest ecosystems and ensuring compliance with regulations regarding endangered species and historical resources. Interested vendors should submit their capabilities and service locations to Kelly Ollivant at kelly.ollivant@usda.gov by November 27, 2024, as this notice serves as market research and does not constitute a formal solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The contract focuses on acquiring reforestation services for the U.S. Forest Service's Region 5, targeting forest health through tree planting and related tasks. The contract spans three California Service Areas, encompassing multiple national forests. Contractors are responsible for providing all necessary resources, including labor and equipment, and must develop operational plans aligned with resource objectives. Unique requirements include safety protocols, restrictions on motorized equipment, and adherence to landscape preservation practices. Contractors must mitigate any potential harm to endangered species and historical resources. Task orders will specify work conditions and timelines, requiring contractors to maintain quality standards and progress rates. Payment is directly linked to performance, with reductions for non-compliance and penalties for unsatisfactory work. Contractors are also subjected to ongoing quality inspections by the government to ensure adherence to standards. The structured proposal ensures environmental stewardship and effective management of forest health initiatives, enhancing the resilience of forest ecosystems across California.
    Lifecycle
    Title
    Type
    Sources Sought
    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.
    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.
    Lake Fire Sawmill Liebre Reforestation Weed Control, Angeles National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide reforestation weed control services at the Lake Fire Sawmill in the Angeles National Forest, California. The project involves the release of government seedlings and natural trees by grubbing competing vegetation within designated areas, with strict adherence to safety protocols and environmental protection measures. This initiative is crucial for ecological restoration following the impacts of the Lake Fire, emphasizing sustainable forest management practices. Interested contractors must submit their quotes by March 14, 2025, and can contact Erin Scott-James at erin.scott-james@usda.gov or 208-590-6768 for further information.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Buyer not available
    Solicitation from the Department of Agriculture, Forest Service is seeking a Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) for multiple forests in the R5 region. The BPA will cover federal and local agency lands within 150 miles of the boundaries of various national forests. The BPA will be the primary means for future Integrated Resource Service Contracts (IRSCs), Service-based IRSCs, and restoration-based service contracts. The types of call orders that may be issued include IRSCs with required timber product removal, service-based IRSCs with the option for timber subject to agreement products, and service contracts with no timber product removal. The period of performance for the awarded BPAs is 10 years with an option to extend up to 20 years. Interested individuals must have an active email account and be registered in the System for Award Management (SAM) to be eligible for award under this solicitation. Questions and offers must be submitted in writing to the designated points of contact. The deadline for offers is 5:00 p.m. PT on Friday, July 15, 2022.
    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.
    VIPR I-BPA for Incident Base Unit for Region 5 ONLY - Pacific Southwest Region
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for a Blanket Purchase Agreement (BPA) for Incident Base Unit services exclusively for Region 5, which encompasses the Pacific Southwest Region. This procurement aims to secure support activities related to forestry, particularly in the areas of natural resources and conservation, focusing on forest and range fire suppression and presuppression efforts. The selected contractor will play a crucial role in enhancing the region's preparedness and response capabilities for wildfire incidents. Interested small businesses are encouraged to reach out to RaShauna Workman at rashauna.workman@usda.gov or call 208-296-8375 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Lake Fire Sawmill Campground - Tree Planting - Angeles National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide commercial services for tree planting at the Lake Fire Sawmill Campground within the Angeles National Forest. The primary objective is to plant 24,563 government-furnished tree seedlings across 285 acres in areas affected by the Lake Fire of 2020 and the Powerhouse Fire of 2014, as part of the Sawmill Liebre Reforestation Project. This initiative is crucial for ecological restoration and enhancing biodiversity in the region, reflecting the government's commitment to forest conservation and rehabilitation. Interested contractors must submit their quotes by March 24, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Fareedah Vaughn at fareedah.vaughn@usda.gov.
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    VIPR I-BPA for Water Handling for Region 5 - Pacific Southwest Region
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the VIPR I-BPA for Water Handling services in the Pacific Southwest Region. This procurement is aimed at securing support activities related to forestry, particularly in natural resource conservation and fire suppression efforts. The services are critical for managing water resources effectively during fire emergencies, ensuring the safety and preservation of forested areas. Interested small businesses are encouraged to reach out to Craig Ericson at craig.ericson@usda.gov or call 530-559-6264 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Forest Inventory and Analysis BPA Suite
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.