F--BLM NORWOOD RIM MECHANICAL FUELS REDUCTION
ID: 140L3725Q0033Type: Solicitation
AwardedMay 22, 2025
$79.3K$79,302
AwardeeSummitt Forests, Inc. 5065 S PACIFIC HWY Phoenix OR 97535 USA
Award #:140L3725P0033
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, 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, specifically the Bureau of Land Management (BLM), is soliciting quotes for the Norwood Rim Mechanical Fuels Reduction project, which aims to reduce hazardous fuel loads on 150 acres of BLM land northeast of Norwood, Colorado. The project involves cutting and piling Pinyon and Juniper trees to achieve appropriate crown spacing, with work scheduled to commence between September 2 and October 14, 2025. This initiative is crucial for wildfire risk reduction and environmental conservation, ensuring compliance with federal regulations regarding hazardous materials and fire safety. Interested vendors must submit their quotes electronically by May 16, 2025, and may inquire about the project until May 12, 2025; for further details, contractors can contact Daniel Rosales at drosales@blm.gov.

    Point(s) of Contact
    Rosales, Daniel
    drosales@blm.gov
    Files
    Title
    Posted
    The document pertains to the Norwood Rim New Transportation map produced by the Bureau of Land Management (BLM) Uncompahgre Field Office, dated March 5, 2025. It outlines the map's specifications, including its scale of 1:26,349 and its coordinate system, which is NAD 1983 UTM Zone 13N. The map displays various routes, project units, and boundaries relevant to BLM-managed lands in Colorado, while also providing context for non-BLM lands for informational purposes. It emphasizes that decisions made using this document apply solely to BLM lands and does not grant access to non-BLM properties. The key delineated features include county roads, natural landmarks, and travel routes within the context of local geography. The document's purpose aligns with federal processes regarding land management, as it supports project planning and execution by clarifying boundaries and routes essential for land use decisions and future developments in the area, indicating the BLM's role in coordinating land resources and ensuring accurate data dissemination to stakeholders.
    The file pertains to the Norwood Rim Cut and Pile project, specifically focusing on Unit 1, which encompasses 70 acres managed by the Bureau of Land Management (BLM). It is produced by the BLM Uncompahgre Field Office and serves primarily for informational use about routes on BLM lands. The document includes a map indicating boundaries, project units, and notable geographical references, specifying the map's scale and coordinate system. Notably, it emphasizes that decisions made within this document are relevant only to BLM lands and do not extend to non-BLM areas, which are depicted for reference only. The project is situated within the context of Colorado, specifically affecting land use and management in the Uncompahgre Field Office region. Overall, it serves as a visual and regulatory tool for stakeholders interested in land management activities in this area.
    The Bureau of Land Management (BLM) has produced a map titled "Norwood Rim New," detailing a specific project within the Uncompahgre Field Office's jurisdiction in Colorado. The map, dated March 12, 2025, depicts a project area known as Unit 2, spanning approximately 80 acres, and is part of the larger Norwood Rim Cut and Pile initiative. The map includes various geographical references, notably the Gunnison Gorge and Dominguez Escalante National Conservation Areas, along with road networks and nearby towns such as Norwood and Montrose. It is noted that decisions related to this project only apply to BLM lands, and any routes shown on non-BLM lands are for informational purposes and do not imply access rights. The document serves as a reference point for stakeholders concerning land management and conservation efforts within the specified areas while emphasizing accuracy limitations. Overall, it underscores the BLM's commitment to managing federal lands responsibly and transparently.
    The Bureau of Land Management (BLM) has released a document detailing the "Norwood Rim Cut and Pile" project, which involves a total of 150 acres divided into two project units: 70 acres for Unit 1 and 80 acres for Unit 2. The purpose of this document is to provide access and management guidelines specifically for BLM lands within the vicinity of Norwood, Colorado. The accompanying map details routes and boundaries, emphasizing that BLM makes no guarantees regarding the accuracy of the data for use outside BLM-managed properties. The project is conceptualized to aid in land management and preservation efforts in the region. The document also includes specifics about the map production, scale, coordinate system, and relevant BLM contact information. Overall, this project reflects BLM's ongoing commitment to sustainable land management and resource conservation in cooperation with local stakeholders.
    The document outlines the access provisions and safety requirements for a site visit to two project units, specifically focusing on Unit 1 and Unit 2. It confirms that Unit 1 is accessible without any gate restrictions, detailing the necessary route via a BLM 2-track easement across private land, while reiterating that Unit 2 access will occur during a scheduled visit on May 6. The text instructs contractors to only use designated routes for vehicle access, avoid crossing into private lands, and offers specifications to follow in case the BLM route is muddy. This information is vital for preparing contractors for the site visit, ensuring compliance with access regulations, and maintaining respect for private land boundaries. Overall, the document serves as a practical guide to facilitate the organized and responsible exploration of the project sites, reflecting typical procedures in federal and state RFP contexts.
    The document outlines the contract clauses for federal government RFPs, focusing on commercial products and services as directed by FAR guidelines. It establishes the authority of the Contracting Officer to manage contract modifications, delegating responsibilities to the Contracting Officer's Representative (COR) while specifying limitations on the COR's authority. Several clauses are incorporated by reference to ensure compliance with legal and executive mandates, including provisions related to confidentiality, telecommunications services, and labor standards. Key evaluation criteria for bids include relevant project experience, technical capability, and pricing, aimed at achieving the best value for the government through a Lowest Price Technically Acceptable approach. The document also specifies requirements for offer submissions, such as representations and certifications related to telecommunications equipment, ensuring contractors adhere to regulations barring certain foreign communications services. Overall, the document serves as a comprehensive framework for managing government acquisitions while promoting transparency, fairness, and compliance with federal standards.
    The United States Department of the Interior's Bureau of Land Management is seeking contractors for the Norwood Rim Hazardous Fuels Reduction Project in Colorado, aimed at reducing hazardous fuels, specifically Pinyon Pine and Juniper trees. The project encompasses 150 acres adjacent to the Ridge Subdivision, with work scheduled to begin no earlier than September 2, 2025, and must be completed within 30 days. Contractors will cut down trees with a diameter of 6 inches or less and selectively thin larger trees for spacing. Environmental considerations are crucial, including protecting sensitive plant species and adhering to noise regulations. The contractor must provide necessary equipment, sanitation facilities, and ensure compliance with federal regulations regarding hazardous materials and fire safety. Payment is based on the successful inspection of the completed work, emphasizing quality control and adherence to the specified requirements. The initiative underscores the BLM's commitment to wildfire risk reduction while balancing environmental conservation efforts.
    This document is an amendment (0001) to a previously issued solicitation, aimed at modifying the existing contract related to interagency fire operations within the Bureau of Land Management (BLM). The amendment outlines essential procedures for acknowledging receipt of the amendment, emphasizing that failure to do so may result in the rejection of offers. It allows for changes to existing offers via written or electronic correspondence, contingent upon timely submission. Key updates include the attachment of questions and answers relevant to the solicitation. The period of performance for the project is specified as September 2, 2025, to October 14, 2025. The amendment ensures that all other terms and conditions remain unchanged, maintaining the integrity of the original contract. The purpose of this document aligns with typical federal Request for Proposals (RFPs) and grants, indicating administrative procedures necessary for compliance and communication within government contracting. It is essential for contractors to adhere closely to the guidelines presented to ensure their offers are considered and to facilitate the successful execution of federal projects.
    This document serves as Amendment 0002 to solicitation number 140L3725Q0033, detailing requirements for acknowledging receipt of amendments to the solicitation. Contractors must acknowledge the amendment by either including it in their submitted offers or through separate communication before the specified deadline. The amendment modifies the contract by attaching revised Sections C (Clauses) and E (Provisions), maintaining other terms and conditions. The period of performance stated is from September 2, 2025, to October 14, 2025. Contractors may be required to sign and return specified copies of the amendment. This document highlights procedural requirements and clarifications necessary for the compliance and execution of contract modifications, a common aspect of government procurement processes aimed at ensuring transparency and accountability in federal acquisitions.
    The document pertains to Amendment 0003 for the solicitation and modification of a federal contract, specifically referencing solicitation number 140L3725Q0033. Its main purpose is to detail the requirements for acknowledging receipt of the amendment by contractors, which must be submitted before the specified deadline to avoid rejection of offers. This amendment includes a revised Statement of Work (SOW) dated 04/24/2025, while confirming that all other terms and conditions of the existing contract remain unchanged. The period of performance is set from September 2, 2025, to October 14, 2025. The amendment is part of a structured process by which contractors can modify existing offers or contracts, emphasizing accountability and timely communication with the government contracting office. Overall, it reflects the ongoing adjustments and requirements typical in federal procurement processes to ensure compliance and updated project objectives.
    The Bureau of Land Management (BLM) is soliciting quotes for the Norwood Rim Mechanical Fuels Reduction project, aimed at reducing hazardous fuel loads on 150 acres of BLM land northeast of Norwood, Colorado. The project's objectives include cutting and piling Pinyon and Juniper trees based on specified diameters to achieve suitable crown spacing. Interested vendors must submit their quotes electronically by May 16, 2025, and may inquire about the project until May 12, 2025. A site visit will be conducted on May 6, 2025, for bidders. The contract requires the selected contractor to manage equipment transportation, cutting operations, and environmental protection measures while adhering to BLM guidelines. Work must commence between September 2 and October 14, 2025, ensuring all cutting and piling work is completed satisfactorily. Payment is contingent on government inspection and acceptance of completed work. The document encapsulates the procedural, technical, and regulatory compliance outlined within federal acquisition and environmental management guidelines, pertinent to subcontractors and small business concerns.
    Lifecycle
    Similar Opportunities
    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.
    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.
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    End of the World Long Term Stewardship
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    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.
    Bitterroot Front 10 Year G-Z IRSC
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Agriculture, Department Of
    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.
    2026 SMJ FOOD BOXES
    Interior, Department Of The
    The Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is seeking quotations for the procurement of food items for Smokejumper Food Kits for fiscal year 2026. The solicitation, identified as Number 140L3726Q0004, requires specific food items such as bean dip, peanut butter-filled pretzels, and toaster pastries, with all items needing to have expiration dates no earlier than September 2026 and delivery by April 1, 2026. This acquisition is crucial for supporting the nutritional needs of smokejumpers during fire suppression operations, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers via email to Casey Boyd at cmboyd@blm.gov by December 16, 2025, at 5 PM Eastern, and must be registered in SAM and WOSB certified to be eligible for consideration.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.