U-Deschutes National Forest - Safety Training
ID: 1240BE25Q0017Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA NORTHWEST 3Portland, OR, 972042829, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 5:00 PM UTC
Description

The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses to provide comprehensive safety training services for employees of the Deschutes National Forest in Bend, Oregon. The training will cover essential emergency response skills, including First Aid, CPR, AED usage, and bee sting/epinephrine administration, all aligned with OSHA guidelines. This initiative is crucial for enhancing workplace safety and emergency preparedness among federal land management personnel. Interested contractors must submit their proposals, including technical capabilities and pricing, by the specified deadline, with the contract structured for a base period until March 31, 2026, and options extending through March 31, 2030. For further inquiries, contact Thomas Lucas at Thomas.Lucas@usda.gov or call 458-245-0361.

Point(s) of Contact
Thomas Lucas Contracting Officer
(458) 245-0361
Thomas.Lucas@usda.gov
Files
Title
Posted
Apr 10, 2025, 11:05 PM UTC
The document is a combined synopsis/solicitation (RFP) for safety training services aimed at employees of the Deschutes National Forest, located in Bend, Oregon. It invites small businesses to quote on providing comprehensive safety training, which includes certifications in CPR, First Aid, AED, and emergency care. The contract will span one base year plus four optional years, with training to be conducted by qualified instructors equipped to meet relevant federal and state safety regulations. Key requirements include the submission of technical capabilities, past performance information, and pricing details. Offers must include evidence of instructors’ qualifications, compliance with training standards, and a documented certification program. The solicitation seeks to evaluate offers based on technical capability, past performance, and price, prioritizing completeness in proposals. The government emphasizes a small business set-aside, defining eligibility according to the NAICS code for educational services with a threshold of $16.5 million. Submission procedures specify electronic delivery of offers and documentation by a specific deadline. The overarching goal is to enhance workplace safety and emergency response capabilities within the Deschutes National Forest employee community, ensuring compliance and effective training delivery.
Apr 10, 2025, 11:05 PM UTC
The USDA is seeking a contractor to provide safety training for employees of the United States Forest Service (USFS) and Bureau of Land Management (BLM) in central and southern Oregon. This performance-based contract encompasses a base year and four optional years, focusing on various safety topics essential for public land management. The contractor will conduct classroom training, manage online registrations, and ensure compliance with OSHA and specific agency safety regulations. Key services include training on First Aid, CPR, Automated External Defibrillator (AED) usage, and bee sting/epinephrine administration, with an emphasis on practical applications and performance-based instruction. The contractor must cover all costs related to travel, instructional materials, and provide certified instructors with relevant experience. Deliverables include course syllabi, attendance reports, and certification cards for participants. The training aims to enhance employees’ proficiency in hazard recognition and response to emergencies, ensuring a safe workplace for those involved in federal land management activities. Compliance with safety standards and effective management practices are paramount throughout the contract period.
Apr 10, 2025, 11:05 PM UTC
The Deschutes National Forest Safety Training RFP seeks proposals for training delivery in First Aid/Delayed Care/CPR/AED administering, covering essential emergency response skills aligned with OSHA guidelines. The contract is structured in two main components: the base period extending from the award date until March 31, 2026, and multiple optional periods spanning through March 31, 2030, tailored for unanticipated training needs. Each training session is priced per participant, with specific quantities outlined for both mandatory and optional training sessions. The program aims to equip trainees to effectively manage emergencies until Emergency Medical Services (EMS) arrive. The document requires bidders to fill out provided financial fields while maintaining pre-defined calculations, ensuring a clear and organized proposal process. This initiative underscores the government’s commitment to enhancing safety training in national forest services.
Apr 10, 2025, 11:05 PM UTC
The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for various occupations in Deschutes County, Oregon. It outlines compliance requirements for contractors and specifies that contracts awarded after January 30, 2022, must meet a minimum wage of $17.75 per hour, while those awarded between 2015 and January 29, 2022, must pay at least $13.30 per hour, unless otherwise noted. Fringe benefits, including health and welfare contributions, vacation, and paid holidays, are documented alongside specific occupation codes and their respective wage rates. Additionally, the document covers workers’ rights, such as entitled sick leave as per Executive Order 13706. A conformance process is established for unlisted job classifications, ensuring fair compensation for work not explicitly defined in the wage determination. This document serves as a guideline for federal contractors to ensure compliance with labor laws in federal contracts and grants, emphasizing worker protection and fair labor standards.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Hut DxP NPL Stewardship IRSC -R6 Deschutes National Forest, Bend/Fort Rock Ranger District, OREGON
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Hut DxP NPL Stewardship Integrated Resource Service Contract (IRSC) in the Deschutes National Forest, located in Bend, Oregon. The primary objectives of this procurement include restoring forested areas to their historic conditions, enhancing native vegetation resilience, and reducing wildfire risks to adjacent private lands through various activities such as timber removal, road reconstruction, and environmental management. This project is significant for promoting sustainable forestry practices and ensuring ecological integrity while addressing community needs. Interested contractors should note that a pre-bid site visit is scheduled for May 6, 2024, and all work must be completed by November 30, 2032. For further inquiries, potential bidders can contact Ingrid Anderson at ingrid.anderson@usda.gov or Lindsey Dalton at lindsey.dalton@usda.gov.
BCLH Stewardship IRSC Phase 1
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the Beachie Creek and Lionshead fires of 2020, located in Marion County, Oregon. The project involves mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for enhancing forest management practices and mitigating wildfire risks, with an estimated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, and are encouraged to attend a pre-solicitation site visit on November 4, 2024, with the final solicitation expected to be issued around May 2, 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 in areas affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Detroit Ranger District and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access routes. This initiative is critical for enhancing public safety and forest management, with an estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work between $500,000 and $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 July 2, 2025, and contract awards planned for September 3, 2025.
Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
Buyer not available
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.
F--Oregon Caves National Monument & Preserve (ORCA) - Fiscal Year 25 Hazardous Tre
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for a project involving the felling and removal of approximately 600 designated hazard trees at the Oregon Caves National Monument & Preserve (ORCA). The primary objective is to ensure safety by removing trees that pose a risk within 100 feet of key infrastructure, including roads, buildings, and trails, with a focus on trees ranging from 12 to over 36 inches in diameter. This project is critical for maintaining the safety and accessibility of the park, and it is anticipated that the solicitation will be issued after May 1, 2025, with a contract performance period from June 1, 2025, to September 30, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Brian McCabe at brianmccabe@nps.gov or by phone at 202-339-7772.
USDA Forest Service All-Hazard Incident Sources Sought
Buyer not available
The USDA Forest Service is seeking qualified small business contractors to provide support services for all-hazard incident management, including wildfire suppression and hazardous fuels reduction projects. The procurement aims to identify capable firms that can deliver a variety of services such as food provision, heavy equipment rentals, medical services, and waste management, which are essential for protecting life, property, and natural resources during emergencies. This ongoing Sources Sought Notice serves as a market research tool to inform future procurement strategies and does not constitute a Request for Proposal. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov or 720-467-8317 for further information and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
USACE NWP Fire Extinguisher: Questions and Responses
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified contractors for fire extinguisher maintenance and servicing for various facilities within the Willamette Valley and Rogue River Basin Projects in Oregon. The contract requires annual inspections and servicing of fire extinguishers and emergency equipment, with contractors expected to provide a detailed inventory and maintenance schedule in compliance with National Fire Protection Association (NFPA) standards and other relevant regulations. This procurement is critical for ensuring fire safety and compliance across government facilities, with a total contract value of $12,500,000 and a performance period from September 1, 2025, to August 31, 2026. Interested parties can direct inquiries to Raymie Briddell at raymie.l.briddell@usace.army.mil or Darrell Hutchens at darrell.d.hutchens@usace.army.mil.
Call When Needed Mobile Shower Facilities Units
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for Call When Needed Mobile Shower Facilities Units (CWNMSU) through a Blanket Purchase Agreement (BPA) to support fire suppression and other emergency incidents nationwide. Contractors will be responsible for providing all necessary equipment, trained personnel, and logistics to ensure compliance with federal regulations, including wage determinations, while maintaining operational readiness. This initiative is crucial for ensuring adequate sanitation facilities during emergencies, reflecting the government's commitment to effective resource deployment. Interested vendors must submit their offers by April 28, 2025, with inquiries directed to Dana Price at dana.price2@usda.gov or (202) 205-0913.
Intermountain Stewardship BPA
Buyer not available
The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
2025 PNW Field Inventory Analysis Ongrid Areas 1 & 8
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for a Field Inventory Analysis (FIA) contract focused on specific plots located in various national forests across Oregon and Washington. The procurement aims to establish a Firm-Fixed-Price contract for the remeasurement of forest inventory plots, requiring contractors to provide all necessary labor, management, tools, and transportation while adhering to strict quality and safety standards. This initiative is crucial for enhancing forest management and resource analysis, supporting the USDA's commitment to ecological stewardship. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and all inquiries must be submitted in writing by April 25, 2025, to the primary contact, Ricky McLellan, at ricky.mclellan@usda.gov or by phone at 971-337-6197.