USDA Forest Service Region 1 Dust Palliative Application
ID: 1284LM25Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 2Ogden, UT, 844012310, USA

NAICS

Support Activities for Forestry (115310)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 11:00 PM UTC
Description

The USDA Forest Service is seeking qualified contractors for the application of Calcium Chloride dust palliative materials on forest roads in northern Idaho and western Montana. The contractor will be responsible for providing all necessary equipment, operators, and supervision to ensure compliance with specified application rates and quality standards, while also adhering to environmental regulations. This procurement is critical for maintaining road safety and minimizing dust pollution in national forest areas, with a focus on supporting small businesses through a total small business set-aside. Interested parties must submit their proposals by April 21, 2025, and direct any questions to JoAnne Meiers at joanne.meiers@usda.gov.

Point(s) of Contact
Files
Title
Posted
Mar 20, 2025, 4:06 PM UTC
The document outlines Solicitation Number 1284LM25Q0013, a Request for Quotation (RFQ) issued by the federal government for the supply of Calcium Chloride Pellets across a three-year contract, with a focus on supporting small businesses. The procurement includes a base year (May 1, 2025, to April 30, 2026) and two option years, detailing quantities and application rates for different types of residual and new applications. Contractors are expected to submit a comprehensive proposal including their experience, quality control plan, pricing, and related certifications, using specific templates and adhering to submission guidelines. The contract emphasizes environmental compliance, quality assurance, and operational standards, and stipulates locations for performance throughout northern Idaho and western Montana. Evaluation criteria will prioritize experience, quality control, past performance, and pricing, while a minimum order value is set at $2,500. The successful bidder will be required to maintain regulatory compliance and provide necessary sanitation and waste disposal. The deadline for submissions is April 21, 2025. This solicitation demonstrates the government's structured approach to securing services while fostering small business participation in federal procurement.
Mar 20, 2025, 4:06 PM UTC
This Statement of Work outlines the responsibilities of a Contractor engaged to apply Calcium Chloride dust palliative materials on Forest roads throughout northern Idaho and western Montana. The Contractor must provide necessary equipment, operators, and oversee operations to ensure compliance with specified terms and quality standards. Key areas include maintaining uniform material application without environmental contamination and adhering to a prescribed application rate. The Contractor is responsible for repair of any existing facilities damaged during the work. The Government will conduct quality assurance but the Contractor must implement a Quality Control Plan during operations. Payment will be based on actual quantities applied, with potential deductions for sub-standard materials. The Contractor is advised to inspect the delivery sites beforehand, though no site visit is required prior to contract commencement. Overall, this document establishes the parameters for effective dust abatement operations while ensuring the protection of public and environmental interests in designated National Forest areas.
Mar 20, 2025, 4:06 PM UTC
The Dust Abatement Quality Assurance Plan outlines performance expectations for contractors involved in dust suppression projects. It details two main areas: distribution equipment and application procedures. The distribution equipment must ensure uniform material application within specific weight and rate parameters, adhering to state and federal requirements. Quality standards dictate that variations in application rates must not exceed predetermined thresholds, with visual inspections as the primary method of verification. For the application process, rates must align with the Contracting Officer's Representative (COR) specifications, and contractors are held responsible for any accidental spillage or excess material. Any deviations from specified application rates incur penalties, including the potential withholding of compensation or requirement to rework substandard work. Conversely, contractors demonstrating superior performance may receive enhanced ratings and full payment for materials. This plan supports government RFPs by establishing clear protocols for contractors, ensuring accountability, quality, and compliance with environmental standards in local dust abatement efforts.
Mar 20, 2025, 4:06 PM UTC
The document outlines specifications for a government-funded project concerning the application of a dust palliative to road surfaces. Specifically, it details the use of calcium chloride pellets, mandating a minimum chemical composition of 94% calcium chloride and strict limits on other components, such as a maximum of 3% total alkali chlorides and 0.3% calcium hydroxide. The document also stipulates particle size requirements, indicating that 100% of the material must pass through a 3/8” screen and that a specific percentage must pass through larger and smaller screens. The aim of this project specification is to ensure that the materials used meet federal standards for effectiveness in dust control on roadways, thereby enhancing road safety and environmental compliance. This specification is a part of broader federal and state RFP initiatives to encourage environmentally responsible practices in infrastructure management.
Mar 20, 2025, 4:06 PM UTC
The government document outlines geographical and administrative details relevant to the Selway-Bitterroot and adjacent wilderness areas in Montana and Idaho. It provides maps highlighting various ranger districts such as Stevensville, Darby, and Sula, along with significant waterways including the Bitterroot River and Selway River. The document emphasizes the locations of national forests, such as the Bitterroot National Forest and Flathead National Forest, positioning them within the broader context of surrounding regions, including Glacier National Park and the Idaho Panhandle National Forests. This information is integral for understanding federal RFPs and grants related to land management, resource conservation, and potential projects involving these natural areas. The structured maps and legends serve to facilitate navigation and understanding of the geographical landscape, promoting environmental stewardship and planning initiatives within these vital wilderness areas. Overall, the document underscores the importance of federal and state collaboration in addressing ecological and administrative needs surrounding these national resources.
Mar 20, 2025, 4:06 PM UTC
The USDA Forest Service's Experience Questionnaire is designed for contractors responding to solicitations for projects. The document collects critical details regarding the contractor's background, including their name, contact information, and business type. It inquires about the contractor's years of experience and their history as prime or sub-contractors, alongside a list of relevant projects completed in the past three years. Additionally, it requires information on current contractual commitments, employee availability, and equipment resources specific to the project. The questionnaire also addresses past performance issues, urging contractors to disclose any instances of incomplete work or projects managed by performance bonds. It seeks information about the experience of principal individuals involved in the contract. Notably, a certification section ensures the accuracy of provided information, requiring a signature from a certifying official. This structured approach aims to evaluate a contractor's ability to successfully complete projects in alignment with federal regulations pertinent to RFPs and grants.
Mar 20, 2025, 4:06 PM UTC
The document appears to be a compilation of various data related to federal and state RFPs (Requests for Proposals) and grants. It contains fragmented information, with indications of grant application processes, funding opportunities, and possible organizational partnerships aimed at securing financial backing for initiatives. The file lacks coherent structure, consisting of random sequences of characters interspersed with institutional references and keywords such as "grant," "funding," and "application." Key themes identified point towards the importance of addressing health and safety measures within grant proposals, highlighting compliance with federal regulations. It includes references to delivering on community needs through funding programs and the impact of grants on local and state governance. The overall purpose of this document seems to be to outline essential information related to seeking federal assistance and guidance for local projects, emphasizing the need for conformity with established protocols and deadlines. However, the document's format significantly hinders clear interpretation, suggesting that it requires comprehensive rewriting for clarity and coherence.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Fertilizer and application of hayfields at Ninemile Ranger District
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide fertilization services for hayfields at the Ninemile Ranger Station in Lolo National Forest, Montana. The procurement involves applying pelletized fertilizer to 219 acres across ten designated locations, adhering to a specific nutrient ratio and application standards, with services to be completed by May 31, 2025. This initiative is crucial for maintaining the health of the ranger station's hayfields, emphasizing the government's commitment to natural resource conservation while promoting small business participation. Interested contractors must submit their proposals, including a technical and price proposal, by April 29, 2025, and can direct inquiries to Contract Specialist Sarah Cotton at sarah.cotton@usda.gov.
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.
2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking a contractor to provide herbicide application services for the 2025 Big Desert Fuel Break project, covering approximately 2,516 acres in Idaho. The objective of this procurement is to reduce fuel loads and modify vegetation composition along designated roadside areas, with operations scheduled to commence on June 1, 2025, and to be completed within ten days, weather permitting. This initiative is crucial for enhancing fire management strategies and mitigating wildfire risks in the region, reflecting the government's commitment to environmental management and land preservation. Interested contractors must submit their bids by April 28, 2025, at 5 PM Eastern, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further information.
ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
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.
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.
Dust Inhibitor
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a liquid dust inhibitor intended for use on a three-mile gravel road obstacle course. The required product must effectively reduce dust while adhering to stringent health, safety, and chemical standards, including the absence of carcinogenic ingredients and specific physical properties such as a pH between 5.5 and 7.0 and a density of 8.500 to 9.200 pounds per gallon. This procurement is crucial for maintaining safe and compliant operational environments, and interested vendors should reach out to primary contact John Lillis at john.a.lillis.civ@army.mil or secondary contact Gregory Dufrene at gregory.a.dufrene.civ@army.mil for further details. The opportunity is set aside for 8(a) certified businesses under NAICS code 325998, with no specific funding amount or deadline provided in the overview.
Chequamegon-Nicolet National Forest - Gravel Crushing Service
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking quotes for gravel crushing services within the Chequamegon-Nicolet National Forest in Wisconsin. The project involves the crushing, stockpiling, and testing of aggregate from designated government sources, with tasks divided into East and West Zones of the forest. This procurement is crucial for maintaining the infrastructure of the national forest, ensuring that necessary materials are available for road and trail maintenance. Interested small businesses must submit their proposals by April 25, 2025, via email to Scott Beeman at scott.beeman@usda.gov, and adhere to federal wage determinations that set minimum wage rates and benefits for workers involved in the project.
LNF NORTH FORK ORCHARD WATER DELIVERY SERVICE
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for the LNF North Fork Orchard Water Delivery Service, a federal contract aimed at providing water deliveries to the North Fork Seed Orchard in the Lolo National Forest, Montana. The contract, which is set aside for small businesses, requires the delivery of 3,000 gallons of water per week from June to September over a base year and four option years, starting in May 2025. This service is crucial for supporting ecological projects, particularly the care of endangered Whitebark Pine trees, and vendors must demonstrate their ability to navigate challenging mountain roads while adhering to federal and state safety regulations. Interested contractors should contact Brenda G. Dwyer at brenda.dwyer@usda.gov for further details and ensure they are registered with the System for Award Management to submit their proposals, which will be evaluated based on technical capability, past performance, and pricing.
BDO BLM FY25 PADDOCK NOXIOUS WEED TRT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for herbicide application services under the project titled "BDO BLM FY25 Paddock Noxious Weed Treatment," aimed at managing invasive noxious weeds in Idaho. The contract, set aside for small businesses, requires contractors to provide all necessary labor, equipment, and herbicides while adhering to strict safety and operational guidelines, including compliance with Idaho commercial applicator licensing. This initiative is crucial for maintaining environmental integrity and effective land management across 2,969 acres, specifically targeting Yellow Starthistle and Common Crupina in five designated treatment areas. Quotes are due by April 9, 2025, with work expected to commence on April 14, 2025, and interested parties can contact Galby Celestin at gcelestin@blm.gov or by phone at 208-373-3958 for further information.