NNIS Treatment on Huron Manistee NF Trask Lake Rd.
ID: 12444524Q0103Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 6Atlanta, GA, 303092449, USA

NAICS

Support Activities for Forestry (115310)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to manage the treatment of Autumn Olive at Trask Lake Road within the Huron-Manistee National Forests in Michigan. The contract involves comprehensive management of non-native invasive species, requiring contractors to provide labor, equipment, and herbicides while adhering to federal and state regulations. This initiative is crucial for ecological management and the preservation of natural ecosystems, focusing on approximately 95 acres of treatment area with a performance period from September 16, 2024, to September 30, 2025. Interested contractors must submit proposals that demonstrate relevant experience and compliance with safety and labor standards, with a site visit scheduled for prospective bidders. For further inquiries, contact Mikaela Laney at mikaela.laney@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for a project concerning the initial treatment of Autumn Olive along Trask Lake Road, issued by the USDA Forest Service. This procurement is set aside for Small Businesses under NAICS code 115310, with a size standard of $11.5 million. The project involves treatment activities on approximately 95 acres, with a performance period from September 16, 2024, to September 30, 2025. Contractors interested in bidding must submit a detailed technical proposal addressing evaluation criteria such as past performance, equipment capability, and key personnel qualifications. Additionally, bidders must provide pricing and fulfillment assurances, highlighting compliance with various federal regulations, including the FAR clauses related to commercial services. There are specific requirements regarding the employment of eligible workers, certifications for labor contractors, and adherence to safety standards in forestry operations. The document also emphasizes the need for personal protective equipment, worker housing, and transportation compliance. A site visit is scheduled for prospective bidders to gain firsthand understanding before submitting their proposals. The USDA aims to engage a responsible contractor who can deliver effective ecological management while maintaining regulatory standards.
    The document outlines the recommended evaluation criteria for a contract concerning the management of Autumn Olive at Trask Lake, specified by Jill Pritchett, an Ecologist with the Huron Manistee National Forest. The evaluation focuses on two key criteria in addition to pricing: first, the contractor's relevant experience and skills to perform the required work; second, the status of the contractor's personnel, specifically whether they possess the necessary licenses or can obtain them before the work commences. This structured approach ensures that the bid evaluations prioritize not only cost considerations but also the qualifications and legal compliance of the contractors, essential for effective project execution within federal government operations. The document reflects standard practices in the assessment of proposals for federal and local RFPs, emphasizing the importance of contractor capability and regulatory compliance.
    The government document outlines various RFPs and associated activities concerning land management and weed infestation control within specific areas, particularly focusing on locations such as Hubbard Lake and Trask Lake. Key details include the identification of infestation sizes—95 acres of Autumn Olive—and the involvement of the USDA Farm Production and Conservation (USDA-FPAC) in collaboration with the U.S. Forest Service. Notable coordinates and code references indicate the geographic scope and categorization of these projects. The document emphasizes the importance of addressing invasive species as part of broader environmental management initiatives, signaling a structured effort by federal and local agencies to prioritize land conservation through targeted interventions. Overall, this file acts as an administrative tool for monitoring and managing government-led efforts in natural resource preservation and invasive species management in alignment with regional environmental policies.
    The document outlines a proposed treatment plan for the NNIS Treatment Project at Trask Lake Road, slated to commence on September 15, 2024, and extend through September 30, 2025. It specifies a total treatment area of 95 acres. The main focus is on the initial treatment phase of the project. This submission is part of federal and local government processes related to funding, grants, and Requests for Proposals (RFPs). The project highlights the importance of managing invasive non-native species (NNIS) in designated areas, emphasizing environmental impact and preservation efforts. Detailed pricing and measurements are provided, which are essential for planning and budgeting within the scope of government projects related to land and environmental management.
    The contract for managing non-native invasive species at the Huron Shores Ranger District of the Huron-Manistee National Forests focuses on treating Autumn Olive (Elaeagnus umbellata). The contractor is responsible for all aspects of the treatment, including labor, equipment, and herbicides, complying with federal and state regulations. Treatments must commence immediately upon contract award, concluding by September 30, 2025. The work must adhere to strict vegetation management standards, preventing damage to the environment and nearby properties, and follow specific herbicide application guidelines. The contractor must maintain documentation of their work and is required to provide licensed pesticide applicators for treatment. A Quality Assurance Surveillance Plan will monitor the contractor’s performance to ensure the work meets specified standards, with potential penalties for non-compliance. This initiative aligns with government efforts to control invasive species and protect natural ecosystems, showcasing an organized approach to environmental management within public lands.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically for contracts awarded in Michigan counties, providing minimum wage rates and fringe benefits for various job classifications. It specifies that contracts entered into on or after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must meet a minimum rate of $12.90 unless a higher rate applies. The document lists detailed wage rates for numerous occupations, including clerical, automotive, food service, and health-related jobs, along with required fringe benefits, including health and welfare, vacation, and holiday pay. Additionally, the document touches on compliance requirements related to paid sick leave under Executive Order 13706, which mandates paid sick leave for federal contractors. It emphasizes strict adherence to these wage rates and conditions, urging contractors to follow outlined procedures for any unlisted job classifications. This document serves as a critical reference for government agencies and contractors, ensuring fair labor standards under federal contracts while guiding contracting processes in state and local RFPs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USDA FS - Ottawa NF - Big Iron Botany Survey
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for the Big Iron Botany Survey within the Ottawa National Forest in Michigan. The primary objective of this contract is to conduct comprehensive botanical surveys across 465 designated stands, covering a total of 21,048 acres, to identify Regional Forester’s Sensitive plants, State of Michigan listed plants, invasive species, and culturally significant plants. This initiative is crucial for ecological assessment and conservation efforts, reflecting the government's commitment to effective forest management and biodiversity preservation. Proposals are due by September 23, 2024, and interested contractors should contact Fay Chiappone at fay.chiappone@usda.gov for further details.
    USDA USFS Region 9 Timber Mark & Cruise BPA (Year 2 of 5)
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for timber marking and volume estimation/cruising services on the Ottawa and Chequamegon-Nicolet National Forests in Wisconsin and Michigan. This opportunity, which constitutes Year 2 of a 5-year agreement, requires contractors to provide comprehensive services including layout, marking, and estimation of timber sales, with a focus on sustainable practices and compliance with federal regulations. The BPA is crucial for effective forest management, ensuring accurate timber assessments and promoting responsible resource utilization. Interested contractors must submit proposals by September 30, 2024, and can direct inquiries to Darren Zychek at darren.zychek@usda.gov, with total orders not exceeding $2 million over the contract duration.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    SNF Whiteface Campground Mastication RFQ
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service's Superior National Forest, is soliciting quotations for mastication services at the Whiteface Campground located in Aurora, Minnesota. The project aims to manage forest vegetation through the ecological method of mastication, which involves grinding vegetation to enhance aesthetics, improve visitor safety, and mitigate wildfire risks associated with balsam fir proliferation. This initiative is crucial for maintaining the campground's recreational areas while ensuring public safety and ecological health. Interested small businesses must submit complete technical and price proposals by the specified deadlines, with the performance period set from October 1, 2024, to April 30, 2025. For further inquiries, potential contractors can contact Jason King at jason.king2@usda.gov or call 208-207-4189.
    Timber Cruise - Wildcat DxP
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for timber cruising services at the Okanogan-Wenatchee National Forest, under the project titled "Timber Cruise - Wildcat DxP." The procurement aims to conduct a comprehensive timber cruise covering approximately 500 acres to assess tree species and gather data in accordance with USDA standards, with a focus on maintaining ecological balance and sustainable forestry practices. This opportunity is critical for effective forest management and resource stewardship, ensuring compliance with federal regulations and labor standards, including wage determinations that mandate a minimum wage of $17.20 per hour for workers involved in the project. Interested contractors must submit their proposals, including a technical and price proposal, by the specified deadlines, and can contact Darnell Williams at Darnell.Williams@usda.gov or 458-212-6091 for further information.
    GMUG NF Mechanical Site Prep
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the "GMUG NF Mechanical Site Prep" project, which involves site preparation and rehabilitation across the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project encompasses the rehabilitation of 109 sites across three timber sales, focusing on ecological restoration through activities such as soil ripping and debris management, with a total performance period of 21 days. This initiative is part of broader federal efforts to manage and restore public lands sustainably, emphasizing the importance of small business participation in federal contracting. Interested contractors must submit their proposals by September 23, 2024, and can direct inquiries to Rebecca Schowalter at rebecca.l.schowalter@usda.gov.
    Forest Improvement Herbicide- Fort Drum
    Active
    Dept Of Defense
    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.
    WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by employing a contractor to provide all necessary labor, materials, and compliance with safety regulations, culminating in a final report on the effectiveness of the removal efforts. Quotes for this total small business set-aside opportunity are due by September 19, 2024, with the performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit a complete quote, including representations and certifications, to be considered for this project.
    Beaverhead Deerlodge National Forest fencing and spring developments
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Beaverhead Deerlodge National Forest fencing and spring developments project, which involves fenceline clearing, construction of fencing, and spring site development using government-furnished materials. The project is located approximately 50 miles southwest of Butte, Montana, and aims to enhance natural resource conservation and habitat improvement within the forest. The estimated contract value ranges from $25,000 to $100,000, with work expected to commence on June 1, 2025, and conclude by October 15, 2025. Interested contractors must submit their quotes along with a completed experience questionnaire by the bidding deadline of September 23, 2024. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.