GMF Reforestation Tree Planting
ID: 12444325Q0012Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEGREEN MOUNTAIN NATIONAL FORESTRUTLAND, VT, 05701, 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 U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GMF Reforestation Tree Planting project, aimed at planting approximately 15,500 government-furnished seedlings across 45.7 acres in the Green Mountain National Forest, Vermont. Contractors are required to provide all necessary labor, equipment, and supervision to execute the planting, adhering to federal labor standards and safety regulations. This initiative is part of a broader effort to enhance forest ecosystems and promote sustainable land management practices, reflecting the government's commitment to environmental restoration. Interested contractors must submit their proposals by February 20, 2025, with the contract period scheduled from April 14, 2025, to May 22, 2025; for further inquiries, contact Michael Simpson at michael.simpson@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Independent Government Estimate (IGE) document provides guidelines for creating estimates for procurement related to federal projects, particularly in the context of recurring or multi-year requirements. It outlines different formats for the submission of estimates, including Stand Alone IGEs and those with options, as well as how to approach estimates for task orders against existing contracts. The main purpose of the IGE is to assist Contracting Officers in determining the estimated procurement value and to establish appropriate thresholds for solicitations. The document includes a schedule for the Green Mountain National Forest (GMF) reforestation tree planting project, detailing various units needed along with estimated quantities. The anticipated contract type is a firm fixed-price agreement, with the project scheduled to take place between April 14, 2025, and May 22, 2025. This structured approach emphasizes the need for a reasoned estimate that reflects government requirements while ensuring price competitiveness and reasonableness against contractor bids. Overall, the IGE serves to facilitate efficient federal procurement processes and project execution.
    The document outlines the Wage Determination No. 2015-4139 under the Service Contract Act (SCA), which mandates minimum wage requirements for federal contracts and grants across various occupations in specific counties in Vermont. It specifies the minimum hourly wage rates, which differ based on contracts initiated or renewed after certain dates. For contracts post-January 30, 2022, the minimum wage is set at $17.75, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a lower threshold of $13.30 unless higher rates are applicable. The document also details fringe benefits, including health and welfare, vacation, and holiday provisions, all aimed at ensuring fair compensation and working conditions for service employees. Additionally, it addresses the procedures for conforming unlisted occupations under the SCA and highlights relevant executive orders for paid sick leave. The overarching purpose is to enforce labor standards and protect worker rights under federal contracts, demonstrating a commitment to fair pay and worker welfare as a part of the government’s contractual obligations. This structure ensures transparency and compliance in federal contracting processes related to wage determination.
    The FY 25 Green Mountain National Forest Reforestation contract outlines the scope and requirements for planting approximately 15,500 government-furnished seedlings. Contractors must provide all labor, equipment, and transportation to carry out this work, which occurs across various sites in Vermont's Green Mountain National Forest. Specific planting areas have been designated, with clear instructions on access routes and unit boundaries. The contract details the types of seedlings to be planted, including White Pine, Red Oak, Red Spruce, and White Oak, alongside the standards for tools and planting conditions. The document specifies guidelines for tree care, including protections to maintain seedlings' viability during handling and planting, while providing definitions for planting metrics, acceptable conditions, and unplantable spots. The contractor's responsibilities include ensuring quality control, adhering to packing and handling specifications, and executing cleanup post-planting. Inspection and compliance measures are established to guarantee that work meets government standards, with penalties for noncompliance. This contract underscores the federal commitment to environmental stewardship through reforestation initiatives in national forests.
    The Quality Assurance Surveillance Plan (QASP) for the FY25 Planting Contract at Green Mountain National Forest outlines the procedures for assessing contractor performance against set standards in the Performance Work Statement (PWS). The Contracting Officer Representative (COR) can modify surveillance methods based on performance levels, with the aim of enhancing contractor compliance with their Quality Control Plan (QCP). Key performance measures include visual inspections to identify defects in tree planting and adherence to allowable quality levels (AQLs). Defects can incur financial penalties or require rework, depending on severity. Inspection protocols detail the selection and evaluation of planting plots based on total acreage and specified densities. The plan emphasizes the importance of accurate documentation of contractor performance and outlines the various responsibilities of both the contractor and the government in ensuring contract compliance and quality assurance. Overall, the QASP serves as a framework for monitoring and improving contractor performance within the context of federal grant funding and local RFP processes.
    The file details the FY 25 Green Mountain National Forest (GMNF) Reforestation Contract and includes a vicinity map created on January 29, 2025. The map outlines the areas designated for reforestation efforts, indicated by a series of codes and markers which suggest a structured approach to land management and ecological restoration. The document appears to serve as a government Request for Proposals (RFP) or grant program, emphasizing the allocation of resources for environmental rehabilitation. Overall, it highlights the government's initiative to sustain forest health and increase tree cover through targeted reforestation projects. The use of geographical markers is intended to guide stakeholders in understanding project boundaries and logistics related to the reforestation contract. The confidentiality symbols and series of numbers imply an organized framework for assessing locations relevant to the project.
    The document relates to the FY 25 GMNF Reforestation Contract identified by the code 0001AA, detailing a map of the Campbell Rd area indicative of various geographic features, including waterbodies, forests, and road types. The map is crucial for the planning and implementation of a reforestation project, delineating specific units such as private roads and different water bodies like lakes and swamps. Key geographical elements are marked, along with contour lines that indicate terrain elevation, serving as a guide for stakeholders involved in the reforestation efforts. Overall, this file provides foundational information vital for understanding the project's scope and geographical context, valuable in coordinating federal, state, and local RFP processes aimed at environmental restoration initiatives.
    The document outlines a federal proposal related to reforestation efforts in the Green Mountain National Forest (GMNF). It includes a detailed map featuring significant geographical landmarks such as water bodies, forests, and various roadway classifications. The map is part of the FY 25 GMNF Reforestation Contract, designated as 0001AB, indicating the contract's primary focus on ecosystem restoration and enhancement. Key features on the map highlight areas earmarked for reforestation, as well as existing natural resources and infrastructure, guiding potential contractors in their planning and implementation processes. The information is intended to support federal and state/local requests for proposals (RFPs) aimed at promoting sustainable land management practices within the designated region. Overall, this document provides crucial spatial information for stakeholders involved in reforestation and conservation initiatives, facilitating efficient and informed decision-making.
    The document concerns the FY 25 Green Mountain National Forest (GMNF) reforestation contract under project code 0001AC. It features a detailed map showcasing the geographical layout of land parcels targeted for reforestation efforts, including various water bodies, forested areas, and road types. The map was prepared by JLD on January 29, 2025, and outlines critical features such as waterbodies, contours, and ranger district information. This reforestation initiative is part of a broader strategy to enhance forest ecosystems, improve wildlife habitats, and promote sustainable land management practices. The inclusion of diverse terrains and access routes highlights logistical considerations in executing the reforestation work. Overall, the document serves as a planning resource to guide contractors in implementing effective and impactful reforestation projects in compliance with federal land management goals.
    The document outlines details for the FY 25 GMNF Reforestation Contract related to project 0001AD, which is focused on reforestation efforts within the Green Mountain National Forest (GMNF) area. It encompasses geographical specifics with corresponding coordinates and representations of water bodies, roads, and forest boundaries pertinent to the project site. The map, dated January 29, 2025, indicates various natural features, including lakes, ponds, swamps, rivers, and contour lines, underscoring the project's environmental context. The document also mentions relevant Ranger District zones and delineates areas designated for reforestation and other timber harvesting units. The emphasis lies on the reforestation strategies aimed at restoring forested landscapes, supporting biodiversity, and enhancing ecological health within the specified jurisdiction. Overall, this file serves as a foundational reference for stakeholders involved in the reforestation efforts under the federal RFP process, highlighting the importance of strategic environmental management in public land stewardship.
    The document outlines the requirements for submitting past performance, personnel, and equipment information as part of a federal or state/local Request for Proposal (RFP). The PAST PERFORMANCE & EXPERIENCE FORM prompts offerors to document projects completed in the last three years that align with the contract's needs, detailing project titles, completion years, associated agencies, and relevant descriptions including scope, costs, and roles (prime or subcontractor). The PERSONNEL FORM requires listing staff assigned to the project along with their experience and skills. Lastly, the EQUIPMENT FORM asks for specifications of all equipment intended for use in fulfilling the project requirements. This structured approach ensures that offerors provide comprehensive evidence of their qualifications and capability to perform the contract effectively, assisting evaluators in their decision-making processes. Overall, the document is designed to collect essential information to gauge the suitability of contractors for specific government projects.
    The document comprises a Request for Proposal (RFP) issued by the U.S. Forest Service for the GMF Reforestation Tree Planting project, aimed at securing contractor services for planting government-furnished tree seedlings across 45.7 acres in the Green Mountain National Forest. The solicitation outlines requirements for the contractor, including provision of labor, equipment, and supervision, while noting labor standards governed by various federal regulations. Key details include the effective contract period from April 14, 2025, to May 22, 2025, with the bid submission deadline set for February 20, 2025. The award will be based on the best value, emphasizing technical capabilities and past performance over cost. All proposals must be submitted through the proper channels and must include detailed technical and price proposals, as well as required certifications. Furthermore, the document specifies compliance with the Migrant and Seasonal Agricultural Worker Protection Act and provides essential worker safety and transportation guidelines. It outlines contractor responsibilities for health and safety measures, including the provision of personal protective equipment and sanitary facilities. This RFP signifies the federal government's initiative to support environmental restoration while ensuring compliance with labor laws and safety standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Pomeroy RD Tree Planting BPA Call
    Buyer not available
    The Umatilla National Forest, part of the Department of Agriculture, is issuing a Special Notice for a Blanket Purchase Agreement (BPA) call focused on conifer tree planting at the Pomeroy Ranger District in Washington. The procurement involves the planting of government-furnished tree seedlings over an area of 609 acres using hand tools, reflecting the federal government's commitment to sustainable forest ecosystem management and restoration. Only current BPA holders are eligible to submit quotes for this competitive process, with the closing response date set for March 19, 2025, and an anticipated award date of March 25, 2025. Interested parties can contact Andrea Pollock at andrea.pollock@usda.gov or by phone at 458-200-5265 for further information.
    IL - Meredosia NWR - Tree Planting
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a tree planting project at the Meredosia National Wildlife Refuge in Illinois, under solicitation number 140FS225Q0066. The project aims to restore floodplain forests impacted by invasive species by planting 450 containerized trees across approximately 3 acres, with work scheduled from March 24 to April 21, 2025. This initiative underscores the government's commitment to habitat restoration and biodiversity, requiring contractors to demonstrate technical capabilities and past performance in their bids. Interested contractors must submit their proposals by February 28, 2025, and can contact Dana Arnold at danaarnold@fws.gov or 703-468-8289 for further information.
    Conifer Planting / Reforestation
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a conifer planting and reforestation project scheduled for 2025 in California. The initiative aims to plant approximately 535,000 conifer seedlings across various locations impacted by wildfires, including the High Sierra Ranger District and Sequoia National Forest, with a focus on enhancing forest health and promoting ecological restoration. This project is part of broader federal efforts to rehabilitate natural resources and mitigate wildfire risks, emphasizing sustainable forestry practices. Interested contractors should contact Chris Kane at christopher.kane2@usda.gov for further details, with procurement activities expected to commence around March 10, 2025.
    Sawmill Liebre Reforestation Project Area
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking small businesses to provide firm-fixed-price quotations for the Sawmill Liebre Reforestation Project in the Angeles National Forest, California. The project aims to enhance the survival and growth of seedlings across 626 acres through hand grubbing techniques to remove competing vegetation, ensuring compliance with environmental regulations and worker safety standards. This initiative underscores the federal government's commitment to environmental stewardship and support for small businesses in reforestation efforts. Interested contractors must submit their quotes by March 21, 2025, and can contact Megan Acord at megan.acord@usda.gov for further information.
    Deschutes NF, BFR-SIS Reforestation, Grubbing, Caging, Netting Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at the Deschutes National Forest, is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) call order for the BFR-SIS Reforestation project. This initiative involves essential services for forest restoration, including conifer tree planting, grubbing of live vegetation around seedlings, and optional installation of protective measures for the seedlings across an area of up to 243 acres. The project is critical for environmental restoration and management within the forested area, adhering to federal guidelines. Interested parties can contact Annie Stanbro at andrea.pollock@usda.gov or by phone at 458-200-5265, with the anticipated award date set for March 25, 2025.
    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.
    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.
    Grounds Maintenance Services, Townshend Lake, Townshend, VT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at Townshend Lake in Townshend, Vermont. The procurement is set aside for small businesses and aims to ensure the upkeep and aesthetic quality of the grounds, which is essential for maintaining the facility's operational readiness and environmental standards. This opportunity falls under the NAICS code 561730 for Landscaping Services and is categorized under PSC code S208 for housekeeping and groundskeeping services. Interested parties should contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478 for further details regarding the solicitation process.
    F--CONE COLLECTION HSO & TSO 2025
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting proposals for cone collection services at the Walter Horning Seed Orchard and the Travis Tyrrell Seed Orchard in Oregon, under the RFQ number 140L0625Q0015. Contractors will be responsible for activities such as bagging, transporting, and handling cones to support seed collection for reforestation efforts, with a performance period from August 1, 2025, to November 30, 2025, for Horning and until October 10, 2025, for Tyrrell. This initiative is crucial for sustainable forestry practices and ecological conservation, emphasizing environmental responsibility and adherence to operational procedures. Interested contractors must submit their quotes by March 13, 2025, and can contact Madisyn Falls at mfalls@blm.gov or 303-236-9471 for further information.
    FY25 Hollow Tree and Sandberg Weed Control and Site Preparation
    Buyer not available
    The Department of Agriculture, specifically the Forest Service under the Pacific Southwest Region, is soliciting proposals for the FY25 Hollow Tree and Sandberg Weed Control and Site Preparation project in Sylmar, California. The primary objective is to apply glyphosate herbicide to manage non-native invasive weeds across 48 acres of recently planted plantations, with contractors responsible for all necessary equipment, labor, and supervision while adhering to safety and regulatory standards. This initiative is crucial for environmental preservation and invasive species management within national forest lands, ensuring compliance with federal labor standards and fire safety protocols. Interested contractors must submit their proposals by February 5, 2025, and can direct inquiries to Donovan Porterie at Donovan.porterie@usda.gov or Steve Bear at Steve.bear@usda.gov for further information.