Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
ID: 1240LP26Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEBIGHORN NATIONAL FORESTSheridan, WY, 828019638, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)

Set Aside

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

    The U.S. Department of Agriculture's Forest Service is seeking bids for the "Bighorn National Forest - GAOA Roadside Tree Clearing/Grubbing" project, which involves clearing, grubbing, tree removal, stump removal, and material disposal along designated forest service roads in Wyoming. The contract aims to enhance forest management and safety by removing roadside trees and debris, ensuring compliance with environmental regulations and public safety standards. This Total Small Business Set-Aside opportunity has a performance period from June 1, 2026, to October 31, 2027, with proposals due by January 6, 2026, at 12:00 PM Mountain Time. Interested contractors can contact Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bighorn National Forest is soliciting bids for tree clearing and grubbing services under Solicitation Number 1240LP26Q0005. The contract is for a Firm Fixed Price award to a single offeror, requiring comprehensive pricing for all items. Proposals will be evaluated based on the highest technically rated quotation with fair and reasonable pricing and acceptable or neutral past performance. Key evaluation criteria include a detailed technical approach demonstrating the offeror's ability to meet Statement of Work (SOW) requirements, a comprehensive Quality Control Plan, and a list of similar past projects. Offerors must also provide a price proposal, including Attachment 3- Schedule of Items, and acknowledge any amendments. Questions are due by January 6, 2026, at 12:00 PM Mountain Time.
    The US Department of Agriculture (USDA) Forest Service's Bighorn National Forest is seeking a contractor for a Bighorn Forestwide Roadside Tree Removal project. The project encompasses clearing, grubbing, tree removal, stump removal, material disposal, temporary traffic control, and sediment control along 52.47 miles of forest service roads (NFSR 17, 24, and 26). Key contractor requirements include maintaining an inspection system, adhering to environmental protection (e.g., Clean Water Act, hazardous spill plan, equipment cleaning to prevent noxious weeds, fish protection, fire control), and ensuring public safety and traffic accommodation. Deliverables include a Temporary Traffic Control Plan, a Schedule of Work, Clearing and Grubbing Equipment Specifications, Equipment Inspection Reports, and Weekly Operations Reports. The contractor is responsible for all travel and mobilization, and key personnel must have at least two years of experience in similar projects.
    The Bighorn National Forest is soliciting bids for a Forest Wide Roadside Tree Removal project, as detailed in its Schedule of Items. This contract focuses on clearing and grubbing, with disposal of felled, grubbed, and incidental materials across specific National Forest System Roads (NFSRs). The project includes mobilization as a lump sum item and outlines contract quantities for clearing and grubbing on NFSR 17 (9.90 miles), NFSR 24 (10.39 miles), and NFSR 26 (22.31 miles), totaling 42.60 miles. The document is structured as a schedule for pricing and quantity, essential for government RFPs in detailing services required for forest maintenance.
    The Rocky Mountain Region Contractor Fire Plan Requirements outlines fire prevention and suppression procedures for activities on National Forest System lands. This plan, applicable to timber sale and construction contracts, defines a “Normal Operational Period” with continuous requirements and a stricter “Fire Precautionary Period” from June 1 to October 31. Key requirements include immediate 911 notification for ignitions, contractor-initiated suppression if safe, and specific rules for smoking and lunch fires. Equipment must have spark arresters, and vehicles require shovels, water, and fire extinguishers. During the Fire Precautionary Period, contractors must submit a Fire Prevention and Control Plan, and additional restrictions apply to smoking, refuse burning, and vehicle exhaust systems. Blasting, welding, and mastication activities during this period require dedicated Fire Guards with specific equipment. The plan emphasizes adherence to fire restrictions, which can vary based on local conditions, and prohibits certain activities during elevated fire danger unless explicitly exempted.
    The United States Department of Agriculture Forest Service is seeking bids for a Forestwide Roadside Tree Removal project in Wyoming's Bighorn National Forest. This project, overseen by the Medicine Wheel, Powder River, and Tongue Ranger Districts, involves clearing and grubbing roadside trees along National Forest System Roads (NFSR) 17, 24, and 26. The scope includes specific disposal methods for clearing and grubbing debris, stumps, limbs, and merchantable timber. All work must adhere to technical requirements and land management plans, ensuring safety and compliance within the Rocky Mountain Region.
    This document outlines Wage Determination No. 1979-0948, Revision No. 74, for service contracts in Wyoming, specifically for forestry and land management services. It details minimum wage rates for various occupations, such as Brush/Precommercial Thinner, Choker Setter, and Forestry Equipment Operator, along with fringe benefits including health and welfare, vacation, and holidays. The document emphasizes compliance with Executive Orders 14026 ($17.75/hour in 2025) and 13658 ($13.30/hour in 2025) regarding minimum wages, noting annual adjustments and specific exceptions. It also addresses Executive Order 13706 for paid sick leave for federal contractors. Procedures for uniform allowances and the conformance process for unlisted job classifications are also provided, ensuring fair compensation and adherence to federal regulations for service contract employees.
    The "PAST PERFORMANCE DATA SHEET" is a standardized form for collecting detailed information about a company's past project performance. This form is typically used in government procurement processes, such as RFPs for federal grants or state/local contracts, to evaluate a bidder's experience and capability. It requires specific data for each project, including the name of the performing company (prime or subcontractor), project name, client agency, contract number and type, total contract value, and completion date. Additionally, it asks for contact information for the Contracting Officer and Project Manager/COR, along with a brief project description. The document's purpose is to provide a comprehensive overview of a company's past work, enabling government agencies to assess suitability for future contracts.
    The USDA Forest Service Experience Questionnaire is a crucial document for contractors bidding on federal projects, designed to assess their qualifications and capabilities. This form collects detailed information about a contractor's business structure, years of experience as both a prime and subcontractor, and a three-year history of completed projects, including contract amounts and client references. It also requires disclosure of concurrent contractual commitments and any past failures to complete work or instances of performance bond completion. The questionnaire further probes into the availability of employees and equipment, estimated progress rates, and the experience of key personnel involved in the project. Contractors must certify the accuracy of all provided information, which will be used to evaluate their ability to successfully complete the project. This thorough assessment ensures that only qualified and reliable contractors are awarded government contracts.
    The document addresses questions and answers for RFP 1240LP25Q0112, "Bighorn Forest Wide Road Clearing." Key clarifications include confirmation that this is a new requirement with no incumbent contractor and no bid bond is required. A pre-bid site visit is not scheduled, but offerors are expected to inspect the site. The period of performance is from June 1, 2026, to October 31, 2027. The solicitation's NAICS code will utilize Exception Fuels Management Services (115310), with an amended small business size standard of $34 million, instead of the initially listed $11.5 million.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at rental cabins within the Flathead National Forest in Montana. The contract, designated as 1284LM26Q0005, requires the contractor to provide snow removal services within 24 hours of notification when snow accumulates to 6-8 inches, ensuring that no snow berms obstruct access to buildings. This procurement is critical for maintaining access to remote cabins during winter months, supporting public land use and recreation in the area. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and direct any questions to Sarah Cotton at sarah.cotton@usda.gov by December 31, 2025.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    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.
    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.
    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.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    F--ARKANSAS LOOP THINNING AND SEEDING
    Interior, Department Of The
    The Bureau of Land Management, under the Department of the Interior, is seeking proposals from qualified small businesses for the FY2026 Arkansas Loop Thinning Project in San Juan County, New Mexico. This project involves manual fuels reduction and seeding across approximately 213 acres, requiring contractors to perform tasks such as hand-cutting pinyon and juniper trees, managing slash, and conducting pre-thinning seeding, with specific work restrictions during migratory bird and big game seasons. Interested contractors must attend a mandatory site visit on January 16, 2026, at 11:00 AM MST, and submit their proposals by January 23, 2026, ensuring they are registered with SAM and provide their Unique Entity ID and CAGE code. For further inquiries, contact Audrey Whetham at awhetham@blm.gov.
    USDA Forest Service Swan Guard Station Snow Removal
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified contractors to provide snow removal services for the Swan Guard Station located in the Swan Lake Ranger District, Lake County, Montana. The procurement involves a firm-fixed-price contract for snow removal and snowbank/berm removal services, with a base year and four optional one-year extensions, running from January 15, 2026, to January 14, 2031. This service is crucial for maintaining safe access for rental cabin guests and Forest Service staff during winter months, ensuring timely snow removal when accumulations reach eight inches or more. Interested small businesses must submit their technical and price proposals via email by the specified deadline, and for further inquiries, they can contact JoAnne Meiers at joanne.meiers@usda.gov.
    In-Stream and Log Hauling Services - Mining Reach Phase II
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for In-Stream and Log Hauling Services as part of the Mining Reach Phase II project in the Wind River Watershed, located in Carson, Washington. The primary objective of this procurement is to enhance salmon habitat for ESA-listed lower Columbia Steelhead by adding large woody debris to the river, which will improve water quality and streambank stability. This total small business set-aside contract, under Solicitation Number 1240BF25Q0057, is structured as a Requirements contract with a performance period from February 1, 2026, to January 31, 2031, and requires offers to be submitted electronically by January 19, 2026, at 1:00 PM (PST). Interested parties can contact Darnell Williams at Darnell.Williams@usda.gov or by phone at 458-212-6091 for further information.