FY25 Hollow Tree and Sandberg Weed Control and Site Preparation
ID: 127EAT25Q0007Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEPACIFIC SOUTHWEST REGION, REGION 5VALLEJO, CA, 94592, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The FY25 Hollow Tree and Sandberg Plantations Chemical Weed Control and Site Preparation Project is a federal solicitation aimed at securing contractor services for glyphosate herbicide application to control non-native invasive weeds within 48 acres of Forest Service land in Los Angeles County. The contractor is responsible for all necessary equipment, supplies, labor, and supervision, while adhering to government oversight. The project involves designated treatment areas marked by Forest Service personnel and prohibits work in protected zones. Accessibility is assured, with operations scheduled from March 17, 2025, over a five-day window, contingent on weather conditions. To ensure safety and compliance, the contractor must possess valid pesticide applicator licenses and follow specific mixing and application protocols, including avoiding water sources and conducting daily herbicide treatment reporting. A comprehensive safety plan, along with spill prevention and pollution control measures, must be prepared by the contractor, emphasizing environmental safeguarding and compliance with forest management practices. The quality control process will be supervised by the contracting officer, ensuring that project execution aligns with established performance standards. This solicitation exemplifies the government's commitment to managing invasive plant species while ensuring ecological protection and public safety within national forest lands.
    The document outlines the fire prevention and control measures, responsibilities, and operational protocols for the Hollow Tree and Sandberg Plantations weed control and site preparation project under the USDA Forest Service in the Angeles National Forest. It establishes a contract between the contractor and the Forest Service, detailing what actions the contractor must take regarding fire safety, especially during high-risk activity levels (C and D). Specific requirements include installing a fire weather station, providing fire patrols, and maintaining fire extinguishing systems and tools on machinery. Conditions are set for mechanical operations based on activity levels, determining when operations can occur and the supportive measures needed, such as water supply for emergency firefighting. The document underscores the necessity of compliance with state laws, permits, and effective communication about fire risk management among personnel. Regular inspections by the Forest Service are mandated to ensure contractor adherence to fire management protocols while retaining the contractor's responsibility for fire prevention. Overall, the document serves as a comprehensive guide to mitigate fire risks associated with vegetation management activities in a high fire danger area, ensuring safety and compliance with fire regulations.
    The document outlines the FY23 Sawmill Liebre Integrated Fuels II project located within the Angeles National Forest and San Gabriel Mountains National Monument. It presents geographic details using NAD 83 coordinates (UTM Zone 11) and includes map scales of 1:35,000 and 1:15,000, illustrating the project's area of focus. Primarily, this initiative appears to address forest management and integrated fuel treatment within specified regions, likely aimed at reducing fire risks and promoting ecological health. This project aligns with standard practices for federal grants and RFPs, which commonly emphasize funding environmental conservation, resource management, or emergency response strategies related to wildland fire prevention. The summary underlines the importance of geographic precision and effective land management as central to the project's objectives and its alignment with broader government goals related to environmental stewardship.
    The document is the "Register of Wage Determinations Under the Service Contract Act" from the U.S. Department of Labor, detailing wage requirements for contractors pursuant to the Service Contract Act. It outlines minimum wage rates influenced by Executive Orders 14026 and 13658, applicable based on contract dates. For contracts awarded post-January 30, 2022, the minimum wage is set at $17.75 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the wage is $13.30 per hour unless a higher rate is stipulated. It lists various occupations related to forestry and land management in California, along with their corresponding wage rates and required fringe benefits, such as health and welfare, vacation, and holidays. The document underscores the necessity for compliance with wage determinations and provides a process for contractors to classify and determine wages for unlisted occupations. It also specifies requirements for paid sick leave under Executive Order 13706. This comprehensive overview aims to ensure fair compensation and compliance with federal labor standards for service contracts, particularly focusing on worker protections in specific job categories.
    The Experience Questionnaire outlines the requirements for contractors submitting proposals for a government contract involving the loading and unloading of heavy equipment. It collects essential information from contractors, including company details such as DUNS number and NAICS code, as well as their experience in similar projects over the past five years. Contractors must provide references, describe the equipment they will use, and detail their personnel’s qualifications and experience. The document further requests a list of concurrent contractual commitments and requires a certification of accuracy by a company official. The purpose of this questionnaire is to assess the capabilities of contractors to ensure they can effectively fulfill the contract requirements, emphasizing their relevant experience and the adequacy of their resources. This systematic approach aids the government in making informed decisions during the contracting process.
    The USDA Forest Service is soliciting proposals for the Hollow Tree and Sandberg FY25 Weed Control and Site Preparation project. The aim is to employ glyphosate herbicide to eliminate non-native invasive weeds across 48 acres of recently planted plantations in the Angeles National Forest, Los Angeles County. The contractor will be responsible for all necessary equipment, labor, and supervision, while the Forest Service will provide specific treatment areas marked on-site. The contract period extends from February 24th to April 2nd, 2025, with a total price to be quoted by potential vendors by February 5th, 2025. Contractors must comply with several federal regulations and ensure their proposals address technical capabilities, past performance in similar projects, and detailed pricing. Key requirements include providing evidence of insurance coverage and maintaining qualified personnel on-site during operations. This project underscores the USDA’s commitment to invasive species management and environmental preservation while adhering to safety and regulatory standards throughout the contracting process.
    Lifecycle
    Title
    Type
    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.
    Hensley Lake Vegetation Reduction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers in Sacramento, is soliciting proposals for vegetation reduction services at Hensley Lake in California. The contract, designated as a Total Small Business Set-Aside, requires bidders to provide a comprehensive plan for vegetation management, including pre-work meetings and two primary service executions, with options for additional services in subsequent years. This initiative is crucial for maintaining environmental compliance and enhancing the recreational facilities at the site, which includes various water resources and campgrounds. Interested contractors must submit their proposals by 11:00 AM on February 27, 2025, and can direct inquiries to Antonina Beal at antonina.beal@usace.army.mil or Ray Greenheck at Raymond.R.Greenheck@usace.army.mil for further clarification.
    NORTH ZONE/REGION 5 MECHANICAL MASTICATION
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is conducting a market survey for the North Zone/Region 5 Mechanical Mastication project, aimed at mechanical vegetation manipulation and fuel reduction across six national forests in Northern California. The procurement seeks to identify industry interest and capabilities to perform essential tasks such as mechanical brush mastication, pre-commercial tree thinning, and site preparation, which are vital for improving forest health and reducing wildfire risks. This initiative underscores the importance of sustainable forest management in maintaining ecological balance and protecting communities from fire hazards. Interested parties must submit their responses by January 28, 2025, and direct inquiries to Veronica Beck at veronica.beck@usda.gov.
    USFS Region 5 Reforestation Services IDIQ
    Buyer not available
    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.
    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.
    Piney Woods - South Herbicide-Pesticide
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Piney Woods - South Herbicide-Pesticide Application project, a federal procurement opportunity set aside entirely for small businesses. The contract involves applying herbicides and pesticides at Sam Rayburn Lake and Town Bluff Lake across multiple counties in Texas, requiring contractors to provide labor, equipment, and materials for targeted vegetation control on government properties such as roads, campgrounds, and boat launch areas. The government will supply the necessary chemicals, and contractors must comply with specific application guidelines while maintaining an active registration with the System for Award Management (SAM) and entering a NIST score in the Supplier Performance Risk System (SPRS) prior to contract award. The anticipated solicitation release is on February 11, 2025, with proposals due by March 2, 2025. For further inquiries, interested parties can contact Daisy Ciarlariello at daisy.ciarlariello@usace.army.mil or Jamauh Winston at jamauh.d.winston@usace.army.mil.
    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.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 2025.
    Forest Service - Phase I Road maintenance, Buckhorn Road
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for Phase I Road Maintenance on Buckhorn Road within the Los Padres National Forest in Santa Barbara, California. The project entails extensive road and drainage maintenance, including 11 miles of road blading and the restoration of drainage functions, with a contract value estimated between $250,000 and $500,000. This maintenance is crucial for ensuring safe travel and environmental conservation in national forest areas, particularly in light of fire safety measures outlined in the associated Fire Plan. Interested contractors must submit their proposals electronically by February 13, 2025, and can direct inquiries to Tanya Torres at tanya.torres@usda.gov.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at restoring access routes and mitigating hazardous fuels in the Detroit Ranger District of the Willamette National Forest, Oregon. The project encompasses approximately 1,843 acres affected by the Beachie Creek and Lionshead Fires of 2020, with work including the removal of fire-killed trees, road reconstruction, and maintenance activities to enhance forest management and community safety. Interested contractors are encouraged to attend a pre-solicitation site visit on October 5, 2024, with the final solicitation expected to be issued around March 31, 2025, and contract awards planned for June 6, 2025. For further inquiries, contact Karen Ruklic at karen.ruklic@usda.gov or Heidi Andersen at heidi.andersen@usda.gov.