WOLFHOLE LAKE LRP-SOUTH MASTICATION
ID: 140L6425Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTARIZONA STATE OFFICEPHOENIX, AZ, 85004, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION (F003)

Set Aside

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

    The Bureau of Land Management (BLM) is soliciting proposals for the Wolfhole Lake LRP-South Mastication project, which involves mechanical mastication services over 1,429 acres in Mohave County, Arizona. The primary objective of this procurement is to prepare the land for wildfire mitigation and enhance environmental conservation efforts through hazardous fuels reduction and habitat improvement. This initiative is critical for sustainable land management practices and aims to engage small and minority-owned businesses, with a total contract value of $11.5 million and a performance timeline from August 1, 2025, to April 14, 2026. Interested contractors must submit their proposals by May 23, 2025, and can direct inquiries to Rachel Henriques at rhenriques@blm.gov or by phone at 602-856-6584.

    Point(s) of Contact
    Files
    Title
    Posted
    The Wolfhole Lake Landscape Restoration Project - South Unit is a Bureau of Land Management (BLM) initiative aimed at reducing wildfire risk, enhancing wildlife habitats, and improving rangeland health through hazardous fuels reduction and mastication in Mohave County, Arizona. The project, covering 1,429 acres, employs mechanical treatments to manage vegetation, particularly pinyon juniper woodlands and sagebrush, targeting specific treatment categories for effective habitat management. The contract emphasizes the contractor's responsibilities, including providing adequate equipment and adhering to safety protocols, environmental considerations, and preserving cultural resources. Specific requirements include utilizing digital mapping technologies for boundary identification, conducting nesting bird surveys, and maintaining public access to the project site. With a performance timeline from August 2025 to April 2026, bidders must demonstrate relevant experience in mastication treatments and will be evaluated based on quality control metrics during project inspections. The initiative showcases BLM's commitment to sustainable land management and ecosystem restoration while involving a competitive bidding process for qualified contractors.
    The document outlines the provisions and clauses incorporated by reference in federal government contracts, specifically for commercial products and services. It includes a comprehensive list of clauses from the Federal Acquisition Regulation (FAR) that address various administrative, legal, and ethical considerations related to government procurement. Key topics include the maintenance of the System for Award Management, certification requirements, representation of small businesses, and compliance with regulations on telecommunications and labor practices. Particular attention is paid to regulations pertaining to the prohibition of contracting with entities engaged in certain activities, such as using forced or indentured child labor, and stipulations regarding tax liability. Additional provisions highlight the representation and certifications necessary for offerors, including those relevant to the Buy American Act and various small business programs. The document emphasizes the necessity for contractors to comply with specific standards, ensuring integrity and accountability in federal contracts. This comprehensive regulatory framework ensures that contracts align with government policies and promote fair competition among vendors while addressing social responsibility.
    The document outlines the requirements and evaluation criteria for an acquisition solicitation under the Federal Acquisition Regulation (FAR) for a Firm Fixed Price Contract related to the Wolfhole South Mastication project. It specifies that the procurement is a total small business set-aside and details the submission requirements for offerors. Proposals must include a Technical Statement, references from similar past jobs, and a pricing quote using a designated schedule. Award decisions will be based on the Lowest Price Technically Acceptable (LPTA) method, with four evaluation factors: Technical Approach, Past Experience, Past Performance, and Total Price. Each factor has clear rating criteria, ensuring that proposals are deemed either acceptable or unacceptable based on the predefined standards. Past Experience requires references demonstrating relevant expertise, while Past Performance assesses the quality of previous work. Price will not be rated but evaluated for reasonableness. Overall, the document establishes a structured approach for potential contractors to submit their offers while promoting transparency and competitiveness within federal procurement processes.
    The Bureau of Land Management (BLM) is soliciting proposals from contractors for a fuels reduction project involving brush and tree removal over 1,429 acres in the Arizona Strip District, referred to as the Wolfhole Lake South Mastication project. Bidders are required to submit their proposals based on a cost per acre for the total area. The document specifies that incomplete bids will be deemed non-responsive. Additionally, contractors must provide references for past projects, including details such as company names, contact information, project names, types, sizes, contract amounts, and completion dates, along with relevant comments for each reference. This request for proposals (RFP) demonstrates BLM's ongoing commitment to managing land resources effectively, focusing on reducing hazardous fuels and enhancing overall land stewardship.
    The Bureau of Land Management is issuing a combined synopsis/solicitation, Solicitation Number 140L6425Q0011, for mastication services over 1,429 acres within the Wolfhole Lake Landscape Restoration Project. This solicitation, governed by FAR Part 12 and 13, is a 100% Total Small Business Set-Aside under NAICS code 115310. Interested parties are invited to submit quotes, with a Firm Fixed Price Contract awarded based on the Lowest Price Technically Acceptable (LPTA) method. Evaluation criteria include technical approach, past experience, past performance, and total price. Key documents include the Statement of Work (SOW) detailing the project requirements, as well as wage determination and instructions for offerors. Questions from potential bidders must be submitted by May 14, 2025, with quotes due by May 23, 2025. Contact persons for this solicitation are Rachel Henriques and Lisa Hariper from the BLM. This procurement aligns with federal standards while emphasizing small business participation in landscape restoration efforts.
    The document outlines a federal government solicitation for a contract number 140L6425Q0011 aimed at acquiring mechanical mastication services over 1,429 acres on the Wolfhole South unit within the Wolfhole Lake Landscape Restoration Project. The purpose is to prepare the land for wildfire mitigation and environmental conservation. The contract, set to be administered by the Bureau of Land Management (BLM) in Phoenix, Arizona, includes specific delivery timelines from August 1, 2025, to April 14, 2026, with a total award amount of $11.5 million. The solicitation is classified as a Rated Order under the Defense Priorities and Allocations System (DPAS), emphasizing its importance. It encourages participation from small and minority-owned businesses as it includes requirements for HUBZone and service-disabled veteran-owned businesses, among others. Interested parties are expected to provide firm pricing for 60 calendar days post-offer acceptance. The document specifies that payment and invoicing will be managed by the BLM's Arizona State Office. This solicitation significantly contributes to environmental management and sustainability efforts in federal land management practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    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.
    Dutton Hill G-Z Stewardship IRSC - R3 Coconino National Forest, Flagstaff Ranger District, Arizona
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is soliciting proposals for the Dutton Hill G-Z Stewardship Integrated Resource Service Contract (IRSC) within the Coconino National Forest, located in Flagstaff, Arizona. This project aims to enhance forest health and reduce wildfire risks across approximately 8,829 acres through mechanical and hand thinning, while also providing timber products to local industries. The contract will encompass mandatory and optional work activities in three treatment areas: Double Springs, Dutton Hill, and LO Pocket, with a firm, fixed-price structure and a performance period extending until November 30, 2029. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 14, 2026, with further inquiries directed to Joshua Bahling at joshua.bahling@usda.gov or Jacob Dahlin at jacob.dahlin@usda.gov.
    Delta WH&B Facility Hay
    Buyer not available
    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. This opportunity is a total small business set-aside, requiring the hay to be from the 2025 harvest, domestically grown, and to meet specific quality and baling standards, with delivery required by January 31, 2026. The hay is essential for the care and feeding of wild horses and burros at the facility, ensuring their health and well-being. Quotes are due by December 15, 2025, at 5:00 PM Mountain Time, and must be submitted via email to Tori Blunt Mayes at tbluntmayes@blm.gov, with evaluations based on a Lowest Price Technically Acceptable (LPTA) approach.
    Bitterroot Front 10 Year G-Z IRSC
    Buyer not available
    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.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    BFR 2025 NPL PCT, Buck, & Grapple Pile - Flat III Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is issuing a Notice of Intent for a Blanket Purchase Agreement (BPA) Call to acquire services for precommercial thinning, bucking, and grapple piling in Bend, Oregon. This procurement aims to treat a total of 1,137 acres, consisting of 509 mandatory acres and 628 optional acres, focusing on recently harvested and natural stands. The services are critical for managing forest health and reducing fire hazards by effectively treating created fuels through specified forestry activities. Interested small businesses must submit their offers by December 10, 2025, at 4:30 PM PT, with the estimated period of performance extending through November 30, 2026. For further details, potential bidders can contact Andrea Pollock at andrea.pollock@usda.gov.