Clearing & Brushing Services at Various Locations in Rexford and Fortine Ranger Districts, Kootenai National Forest, Montana
ID: 1284LL24Q0088Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEKOOTENAI NATIONAL FORESTLIBBY, MT, 59923, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking quotations for clearing and brushing services at various locations within the Rexford and Fortine Ranger Districts of the Kootenai National Forest in Montana. This procurement is a 100% Small Business Set-Aside and aims to enhance roadway safety and accessibility by selectively clearing vegetation along designated routes, in alignment with the Wildfire Crisis Strategy. The project encompasses approximately 80.51 miles of road maintenance, with specific requirements for clearing heights and environmental considerations to prevent pollution and manage noxious weeds. Interested contractors must submit their proposals by 5:00 p.m. Central Time on September 16, 2024, and all inquiries should be directed to Mary Harding at mary.harding@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation for clearing and brushing services within the Rexford and Fortine Ranger Districts of the Kootenai National Forest, Montana, issued as Solicitation No. 1284LL24Q0088. It requests quotations exclusively from small businesses, emphasizing that the project is not construction but rather service-oriented. The contract entails selective clearing of vegetation along roadways to align with the Wildfire Crisis Strategy. Key components include two line items for pricing: one for roadside clearing and another for possible additional grubbing services. The submission requires detailed price and technical proposals, with evaluations based on equipment, past performance, and price reasonableness. The Contracting Officer emphasizes the necessity of an active registration with the System for Award Management (SAM). The project must commence within ten days post-award and complete by October 31, 2025. Contractors are responsible for environmental considerations, including pollution control and noxious weed prevention during operations. The document establishes comprehensive specifications for the project, including safety protocols and site regulations, reflecting government priorities for responsible contracting and natural resource management.
    The Brushing Worklist for Fiscal Year 2024 outlines proposed road maintenance projects across various routes, totaling 80.51 miles. Each entry details the road number, name, start and end points, and the length in miles for maintenance activities. Key segments include Hood Road (0.8 miles), Swamp Creek (4.66 miles), and Beaver Creek (8.93 miles), aiming to sustain road access and safety in the relevant jurisdictions. The worklist serves as a foundational reference for state and local governments to address infrastructure needs, ensure compliance with federal grant standards, and potentially inform future Requests for Proposals (RFPs) related to road repairs and enhancements. The systematic recording of these projects reflects the government's commitment to maintaining transport infrastructure and supporting community access.
    This document outlines typical clearing height and limits applicable to various travel ways, which may be relevant for government project specifications or standards within federal and state/local RFPs. It specifies a minimum clearing height of 25 feet with varying widths, detailed in Figure 1, and an alternative specification indicating a minimum clearing height of 24 feet, as shown in Figure 2. The emphasis on the minimum clearing heights and limits indicates a focus on ensuring unobstructed travel ways for vehicular and pedestrian access, which is critical for safety and compliance in public infrastructure projects. This information serves as guidelines for contractors when preparing bids or proposals that meet governmental requirements for clearing specifications. Overall, the document is essential for maintaining safety and accessibility in construction and maintenance projects across jurisdictions.
    The document appears to be a compilation of identifiers related to various federal and state RFPs (Request for Proposals) and grants, likely organized for internal reference or tracking purposes. The identifiers, which include a combination of numbers and letters, seem to represent specific projects or funding opportunities, although no explicit descriptions or context are provided for each identifier in the file. The structure of the document is a simple list without additional details such as objectives, timelines, or funding amounts. The purpose of this listing may be to streamline the identification and procurement process related to government contracts and grants, facilitating efficient access to pertinent information for decision-making and project management. Overall, the document serves as a catalog of references significant in the governmental procurement landscape without delving into the specifics of each listed entry.
    The provided government file comprises a list of numerical references that likely correspond to various federal and state RFPs (Requests for Proposals) and grants. These codes represent projects, programs, or funding opportunities that are pertinent to agencies, stakeholders, and potential applicants seeking government support or collaboration in specific sectors. The organization of the codes suggests a systematic cataloging, enabling quick access to relevant programs for interested parties. However, the document lacks detailed descriptions or contextual information about each reference, making it challenging to discern specifics or themes without external clarification. The data primarily serves as a resource for tracking governmental funding initiatives and competitive opportunities across different levels of government, with the implication that stakeholders should seek further information about each code to understand their scope and application. Overall, this document indicates an emphasis on federal and state partnerships through RFPs, aimed at enhancing public services and infrastructure through collaborative efforts.
    The document appears to be a collection of identifiers, potentially representing various federal grants, requests for proposals (RFPs), and related programs at state and local levels. The numeric and alphanumeric codes, such as "7120," "756," and "7113A," may signify unique project numbers, funding sources, or specific grant applications. This structure is indicative of the organization and categorization typically found in government documentation, particularly in contexts involving requests for funding or project proposals. Key ideas could include the differentiation of project types (indicated by the various codes), the intended audience for such RFPs or grants (likely organizations or contractors), and a framework for tracking proposals and funding allocations. The lack of detailed descriptions or explanations suggests this document serves primarily as a reference tool, rather than providing in-depth information about specific projects or grant requirements. In summary, this document functions as a catalog of identifiers related to federal and state funding initiatives, serving as a reference for involved parties to access related proposals and grants efficiently.
    The document is a listing of various geographical locations and structures in proximity to Lick Lake, highlighting roads and areas related to federal land management and public safety. It provides information on specific roads, such as Tobacco Rd and Fort Steel Trail, alongside references to federal agencies like the US Fish and Wildlife Service (USFWS). The document contains multiple identifiers possibly for grant or funding initiatives, dealing with environmental conservation and resource management in these areas. The data is of value in the context of federal grants and state and local RFPs, indicating potential opportunities for environmental projects, land use initiatives, or infrastructure developments within these identified regions. The emphasis on geographic citations suggests a focus on strategic planning for natural resource use and environmental protection efforts under federal oversight.
    The document is a compilation of numbers and codes that likely represent various federal and state government RFPs (Requests for Proposals) and grants for public projects. It appears to list identifiers for funding opportunities or project requirements relevant to government agencies, departments, or municipalities. The structure predominantly consists of numerical sequences, suggesting a database-like format, but lacks clear context or descriptive details about the purpose or themes of individual entries. Overall, the document serves as a directory or reference tool for government entities seeking to explore funding options or project guidelines associated with state and federal initiatives. However, it does not provide information on the specific scope, eligibility criteria, or strategic objectives related to the listed codes. The lack of detail limits the usability of the data for decision-making or proposal drafting. This summary encapsulates the essence, focusing on the document's function as a reference guide within the broader framework of government funding initiatives.
    The government document outlines the regulations and guidelines for construction contracts related to the National Forest System Roads, adopted by the U.S. Department of Agriculture's Forest Service. It details fundamental sections, including terms and definitions, bid execution, scope of work, material control, work acceptance, and legal responsibilities. Notably, it introduces essential definitions, modifies sections on bid and contract execution, and specifies necessary alterations in construction protocols, such as material disposal and work conformity standards. The document emphasizes the importance of adhering to prescribed methods and standards of inspection, measurement, and legal accountability to ensure the quality and compliance of contracted work. By delineating the roles and responsibilities of contractors, the guidelines aim to safeguard public interests and uphold environmental stewardship while facilitating efficient project execution. This comprehensive framework is integral to the government’s efforts to standardize processes in federal grants and state/local RFPs, ensuring clarity, consistency, and accountability in the management of public contracts.
    The document titled "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14)" serves as a comprehensive guide for the construction practices on federally administered highway projects. Established by the U.S. Department of Transportation's Federal Highway Administration, the FP-14 outlines the general requirements, project-specific mandates, and construction techniques essential for compliance with federal standards. Organized into divisions, the document includes crucial sections on legal relations, bid preparation, scope of work, project requirements, and materials specifications. It emphasizes contractor responsibilities, the bidding and award process, and the methods for controlling and measuring work performed. Furthermore, it outlines required materials for construction, including soils, aggregates, concrete, asphalt, and steel, along with the testing and quality control measures necessary to ensure compliance. The document integrates both U.S. customary units and metric conversions to facilitate understanding across various contexts. Overall, the FP-14 serves to standardize construction procedures across federally funded projects, ensuring safety, quality, and efficiency through detailed specifications and guidelines that contractors must follow. This document plays a crucial role in the context of federal RFPs and grants, establishing foundational standards for project execution and accountability.
    The document outlines the Wage Determination No. 2015-5401, Revision No. 23, issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage requirements for contractors and subcontractors working on federal contracts, based on Executive Orders 14026 and 13658. For contracts commencing or renewed after January 30, 2022, the minimum wage is $17.20 per hour; for those awarded between January 1, 2015, and January 29, 2022, the rate is $12.90 per hour. The document provides a detailed listing of occupations, corresponding wage rates, and stipulates fringe benefits, such as health and welfare allowances, vacation days, and holiday entitlements. Additionally, it addresses special provisions such as paid sick leave under Executive Order 13706, and requirements for additional classification or wage rate requests. These wage determinations are particularly pertinent for RFPs and contracts at the federal, state, and local levels aimed at ensuring fair wages and worker protections within government-funded projects, emphasizing compliance with labor standards and regulations.
    Similar Opportunities
    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.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Tie-Johnson Fence
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Tie-Johnson Fence project located in the Wisdom Ranger District of the Beaverhead-Deerlodge National Forest in Montana. The contract requires the removal of existing fencing and the construction of a new 4-wire fence, including the clearing of brush and debris along the fence line, with a performance period set from June 1, 2025, to September 30, 2025. This project is crucial for managing and rehabilitating natural resources, ensuring wildlife-friendly fencing, and maintaining the integrity of the forest ecosystem. The estimated contract value ranges between $100,000 and $250,000, and interested contractors must submit their proposals within 10 calendar days following the award notification. For further inquiries, contact Alisha Knaub at alisha.knaub@usda.gov or call 406-438-2981.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.
    Flathead NF Hungry Horse RD Snow Removal Services
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for snow removal services at the Hungry Horse Ranger District in Montana. The contract encompasses snow removal, sanding, and snowbank removal, with a performance period from December 1, 2024, to November 30, 2029, including options for up to four additional years. This service is critical for maintaining accessibility and safety in the area, ensuring that operations can continue smoothly during winter months. Interested small businesses must submit their technical proposals and price quotations by the specified deadline, and they can contact Brenda G. Dwyer at brenda.dwyer@usda.gov for further information regarding the solicitation.
    Mitchell-Jackson IRSC
    Active
    Agriculture, Department Of
    Sources Sought AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking support activities for forestry or logging services in Libby, Montana. The Mitchell-Jackson IRSC project aims to increase resiliency to wildfire and disease and improve forest health in the project area. The services required include commercial and non-commercial treatment activities, tractor and skyline yarding, processing and transportation of forest products, pre-commercial thinning, weed spraying, fuels work, road building, and optional work items such as developing logging plans and curtain burning of slash material. The estimated timber volume for the project is 30 MMBF of sawtimber and 2 MMBF of non-sawtimber. Interested parties are requested to respond to the Request for Information (RFI) by June 24th, 2024.
    BEAVERHEAD DEERLODGE NATIONAL FOREST - Copper Creek and Springhill Well Drilling Project
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Copper Creek and Springhill Well Drilling Project on the Beaverhead-Deerlodge National Forest in Montana. The project involves drilling two potable water wells at designated locations, requiring contractors to provide all necessary labor, materials, equipment, and supervision to complete the work in compliance with state regulations and environmental standards. This initiative is crucial for ensuring safe and reliable water access in the area while adhering to federal procurement processes. Interested contractors must submit sealed bids by September 23, 2024, with the contract valued between $25,000 and $100,000 and completion expected by October 31, 2024. For further inquiries, contractors can contact Wes Dudley at wesley.dudley@usda.gov or Mark Libby at mark.libby@usda.gov.
    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.
    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.
    Klamath River Basin WCS, Rx Fire Engines
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the provision of water handling equipment, specifically Type 3 and Type 6 engines and tactical water tenders, to support prescribed fire management in the Klamath River Basin. The procurement aims to enhance wildfire risk reduction efforts in areas identified as high-risk for wildfires, necessitating the provision of qualified personnel, equipment, and materials to meet contract specifications. This initiative is crucial for implementing large-scale prescribed fire projects, which are essential for forest health and resilience in the region. Interested contractors must submit their proposals by August 16, 2024, and can direct inquiries to Jacob Pipkin at jacob.pipkin@usda.gov. The contract is set aside for small businesses, with a performance period extending until September 16, 2026.
    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.