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
    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 quality standards and environmental regulations during the application process. This procurement is crucial for maintaining road safety and minimizing dust pollution in national forest areas, thereby supporting broader environmental stewardship efforts. Interested small businesses must submit their proposals by May 30, 2025, and can direct inquiries to JoAnne Meiers at joanne.meiers@usda.gov, with a maximum contract amount set at $300,000 and a performance period from June 15, 2025, to June 14, 2028.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    The document is a federal solicitation (Solicitation Number: 1284LM25Q0013 AMD 0001) inviting proposals for the procurement of calcium chloride pellets for applications across national forests in northern Idaho and western Montana. Specifically, it involves services for a base year from June 15, 2025, to June 14, 2026, with options for two additional years. The solicitation focuses on small businesses and outlines the NAICS code (115310) with a small business size standard of $11.5M. Offerors must submit a quotation that includes pricing for specified quantities, a technical proposal addressing experience and quality control plans, and completed representations and certifications. The evaluation criteria prioritize experience, quality control, past performance, and price. The process emphasizes compliance with federal acquisition regulations, environmental considerations, and the necessity of an active registration in the System for Award Management (SAM). Additionally, contractors must avoid using certain prohibited telecommunications equipment or services in compliance with national security standards. This solicitation exemplifies the government's effort to engage small businesses while ensuring transparency, safety, and adherence to regulatory requirements in federal contracting.
    The document outlines Solicitation Number 1284LM25Q0013, a combined synopsis/solicitation for commercial items under an RFQ issued by the USDA. The procurement focuses on sourcing calcium chloride pellets for urban management applications in northern Idaho and western Montana, with a contract period spanning from June 15, 2025, to June 14, 2028. It specifies that the procurement is set aside for small businesses, with an NAICS code of 115310 and a size standard of $11.5 million. The document details the quantity and pricing for both the base and option years for the required supplies. It includes instructions for offerors on submission requirements, which encompass a technical proposal, price proposal, and relevant certifications. Past performance and quality control plans are critical evaluation factors. Overall, the solicitation emphasizes the importance of compliance with federal regulations and mandates like those concerning telecommunications equipment, while ensuring fair labor standards for the contractors involved. Responses are required by May 30, 2025, with guidance for submission and inquiries provided. This procurement process encapsulates the government's ongoing commitment to supply chain efficiency and support of small businesses.
    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.
    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.
    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.
    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.
    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.
    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.
    This document is an amendment concerning solicitation number 1284LM25Q0013, issued to modify an existing contract/order linked to the USDA Forest Service Intermountain region. Key changes include an increase in the estimated quantity of items from 60 to 150, alterations to the proposed period of performance, and a rise in the maximum contract amount from $250,000 to $300,000. The deadline for submission of offers has also been extended to May 30, 2025. Acknowledgment of this amendment is required when submitting offers to avoid rejection due to late receipt. The document delineates the official procedure for acknowledging amendments and emphasizes the need for compliance with the stipulated regulations regarding modifications. Overall, the amendment solidifies the framework for the enhanced contractual agreement while ensuring clarity and adherence to federal procurement standards.
    The document is an amendment to a solicitation identified as 1284LM25Q0013, issued by the USDA Forest Service, which modifies contract specifics. Key changes in this amendment include an increase in estimated item quantity from 60 to 150 and an adjustment of the maximum contract amount from $250,000 to $300,000. Additionally, the period of performance has been revised, and new clauses, such as 52.203-3 regarding gratuities, have been added due to the increase in contract value. The deadline for offers has also been extended to May 30, 2025. This amendment serves to update and clarify terms, ensuring compliance with federal contracting regulations. Contractors must acknowledge receipt of this amendment to maintain eligibility, and various methods of acknowledgment are specified to ensure adherence to submission deadlines. Overall, this amendment emphasizes the need for clear communication and compliance in federal procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bitterroot Front 10 Year G-Z IRSC
    Agriculture, Department Of
    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.
    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.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    Snow Removal for FISL and NTDP
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified small businesses to provide snow removal services for the Fire Science Laboratory (FISL) and the National Technology and Development Program (NTDP) located in Missoula, Montana. The contractor will be responsible for ensuring safe and accessible campuses during business hours, with services triggered by weather conditions, including immediate salting and de-icing for light snow or ice. This procurement is critical for maintaining operational safety and accessibility during winter months, covering approximately 90,000 square feet of parking lots and 1750 linear feet of sidewalks at FISL, along with similar areas at NTDP. Interested parties must submit their quotations by January 5, 2026, at 12:00 PM Eastern Time, and can reach out to Arthur Courtney at arthur.courtney@usda.gov for further inquiries.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Transportation, Department Of
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    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.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.