BCLH Stewardship IRSC Phase 1
ID: 12363N25R4001Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, STEWARDSHIP CONTRACTING BRANCHWashington, DC, 202501138, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)
Timeline
    Description

    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 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses 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 effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.

    Point(s) of Contact
    Karen Ruklic, Contract Specialist
    (208) 702-3519
    karen.ruklic@usda.gov
    Files
    Title
    Posted
    The document details the Willamette National Forest's BCLH IRSC Project, managed by the United States Department of Agriculture Forest Service under the Detroit Ranger District. It presents three phases of project development, emphasizing road management and maintenance within the forest area. Each phase is accompanied by a vicinity map, outlining relevant National Forest System Roads (NFSR) and highlighting the connectivity and accessibility for environmental management and recreational usage. Phase 1 focuses on initial road work and layout; Phase 2 extends the efforts to additional roads identified for maintenance, while Phase 3 consolidates these developments. Each section includes specific NFSR numbers that correspond to the roads being managed, demonstrating the project's systematic approach to enhancing road infrastructure. This documentation serves as part of government planning and RFP processes intending to improve forest access while fostering compliance with federal regulations concerning forestry and land management. The comprehensive detailing of each phase suggests meticulous planning aimed at ecological conservation and infrastructural integrity within a significant natural reserve.
    The document outlines the procedure for contractors to obtain access to treatment units within the BCLH IRSC project area, which falls under a forest closure designation. Contractors must notify designated Forest Service officials—Heidi Andersen, Brett Blundon, and Darrin Neff—at least two working days in advance, especially considering potential delays during the holiday season. Following this, contractors will receive a road use permit and a risk assessment form, which must be completed and returned to the Forest Service. The Ranger will sign these documents and provide gate codes, granting access for the duration of the solicitation period. It is essential for contractors to carry the signed permit when accessing the area to avoid potential citations from the Marion County Sheriff's department. This document is crucial for ensuring compliance and safety while allowing authorized access to specific areas within the designated closure zone.
    The document relates to federal and state/local RFPs and grants, specifically outlining a series of identifiers, most likely corresponding to project numbers, contract codes, or reference materials associated with various initiatives. The primary focus appears to be on detailing systematic classifications within government procurement processes. The identifiers are organized numerically and potentially signify different categories or types of projects. The text seems to be a collection of alphanumeric codes, lacking descriptive content or context, which limits the accessibility of the information. Furthermore, the absence of context or metadata raises questions about the application of these identifiers in RFPs and grants, making it challenging to ascertain specific project details or funding parameters. This file is likely intended for internal use, serving as a reference guide for tracking or managing proposals and awards across various government sectors. The disjointed nature of the content suggests that additional explanation would be necessary for comprehensive understanding within the broader framework of government grants and procurement activities. Overall, the document serves an administrative function, outlining identifiers crucial for internal tracking and operations.
    The document outlines the road maintenance specifications and requirements for the BCLH IRSC Phase 1 timber sale project under the supervision of the Forest Service. It includes detailed prehaul, during haul, and post-haul maintenance guidelines for various road segments, including types of maintenance such as blading, surfacing, drainage provision, and vegetative management. Each section specifies the responsibilities of the Purchaser/Contractor to maintain roadway conditions, ensure drainage, and manage invasive species. Contracts include strict requirements for maintaining safe and effective travelways, including specific maintenance tasks outlined for different road segments, timeframes for such maintenance, and compliance with environmental regulations. The document emphasizes proper techniques for blading and vegetation cutting while ensuring minimal resource damage. Furthermore, it mandates comprehensive practices for applying water during operations, ensuring the material used is free of invasive species. This file serves as a critical reference for contractors involved in the project, ensuring adherence to both safety and environmental standards throughout the timber sale activities.
    The BCLH IRSC Phase 1 project on the Willamette National Forest aims to mitigate the hazards posed by fire-damaged trees along access routes, enhancing safety and access in areas affected by the 2020 fire. The project encompasses several key tasks, including removing hazardous fuel trees within 100 feet of roads, managing roadside vegetation, conducting road maintenance, and facilitating small fuels treatment within specified areas. Mandatory work items include cutting and removing fire-killed timber, felling non-commercial hazard trees within designated Special Measure Areas, and performing pre-haul, during-haul, and post-haul road maintenance. The document outlines detailed technical specifications, measurement criteria, and quality assurance standards to ensure compliance with government regulations. Acceptance and payment for work performed are contingent on meeting defined quality levels, with clear protocols established for inspections and potential rework. This project underscores the significance of forest management practices in reducing fire risk while also maintaining ecological and safety standards, showcasing the government's commitment to effective resource management in national forests.
    The BCLH IRSC Appendix B outlines timber removal specifications for a scaled stewardship contract in the Willamette National Forest's Detroit Ranger District. The document details the contract area, including maps and claims, and specifies diverse timber categories such as standard, substandard, and damaged timber. It provides guidelines on utilization, removal, and designations for clearcutting units, overstory, and understory removals, alongside timber volume estimates. Payment rates for various scenarios, including cuts made through mistakes or negligence, are established, ensuring clarity on financial responsibilities. Operational controls cover safety, logging conduct, and environmental protection, including erosion control measures and the treatment of logging debris. The document emphasizes adherence to safety and environmental regulations throughout the logging process, requiring regular inspections and accountability for scaling timber. Additional clauses address the continuity of contractor operations, payment liabilities, and conditions in the event of unforeseen circumstances or catastrophic damage. Overall, this summary captures the salient aspects of timber harvesting practices within the specified forest area, emphasizing compliance and stewardship principles.
    The BCLH IRSC Supplemental Specifications document outlines the guidelines and requirements for construction contracts under the jurisdiction of the Forest Service, US Department of Agriculture. It includes terms, scope, control of work, acceptance criteria, and legal relations. The document specifies the processes for bidding, contract execution, and performance standards pertaining to public traffic management, soil erosion, excavation, and material control. Key sections detail essential definitions, contractor responsibilities, and the regulations for maintaining public safety during construction activities. Particular emphasis is placed on adhering to environmental standards and ensuring that all materials are weed-free when brought onto national forest lands. The specifications aim to ensure that all construction practices meet federal standards while minimizing impact on public resources, highlighting the stringent nature of compliance necessary for successful project completion within the federal contracting framework.
    The document presents a detailed analysis of burn severity across various phases and units, indicating the extent of low (0-25%), moderate (26-50%), and high (51-100%) mortality acres resulting from wildfire impacts. Divided into three phases, the data showcases a total of 3,202.5 acres analyzed for burn severity, with Phase 1 accounting for 1,100.4 acres, Phase 2 for 1,076.3 acres, and Phase 3 for 1,025.8 acres. Each phase contains specific units, categorized as mandatory or optional, revealing the acres impacted by burn severity within 100 feet of roadways. The metrics are critical for understanding wildfire risks and guiding federal and state responses to environmental damage, aiding in RFPs and grant applications related to forest management and restoration efforts. This assessment underscores the significant environmental reporting needed to support recovery funding, facilitate effective resource allocation, and ensure compliance with governmental environmental standards during the rehabilitation of affected areas post-wildfire.
    The document outlines the limitations and legal disclaimers associated with the use of geospatial data provided by various federal agencies, including Esri, NASA, and the USDA Forest Service. It emphasizes that these data and maps are not legal documents and should not be used for definitive land ownership, boundary determinations, or assessments of natural hazards. Users are cautioned to verify the accuracy and reliability of the data, as changes may occur over time. The document mentions various agencies involved in creating or utilizing these geospatial datasets and includes a representation of the 2020 Composite Burn Index, categorizing vegetation burn severity. This information is relevant for government initiatives and funding proposals (RFPs and grants) that may require detailed environmental assessments and land-use analysis.
    This document outlines data regarding various land units, categorized by slope percentage and their corresponding acreage, indicating mandatory or optional statuses for management. The units include LH-11, LH-12, LH-56, and others, each classified based on slopes above or below 30%, with acreages specified. Mandatory units are required for certain phases (1 or 2), while optional units can be selected at the discretion of the managing agency. The distribution of land reveals a total of approximately 2,577 acres across different phases, with mandatory requirements amounting to 1,153 acres and optional management covering 1,424 acres. Individual unit assessments are critical for determining land use policy, compliance with environmental regulations, and the allocation of federal grants. This detailed categorization supports regional planning initiatives and reflects adherence to governmental guidelines concerning land conservation, resource management, and sustainable use, illustrating the project's intent to organize federal and local RFPs for effective land management and stewardship.
    The BCLH Stewardship IRSC Phase 1 project, located in Marion County, Oregon, focuses on hazardous fuel reduction and road maintenance following the fire-affected areas from the Beachie Creek Fire and the Lionshead Fire of 2020. The project encompasses mandatory and optional work activities that include cutting and removing fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, aiming to restore access and safety in the region. The project requires contractors to provide detailed pricing for various service items and ensures compliance with federal regulations such as sustainable acquisitions and bonding requirements for construction. Contractors must register in the System for Award Management (SAM) to be eligible for bidding. The anticipated budget for mandatory activities ranges from $5 million to $10 million, and for optional tasks, it is between $500,000 and $1 million. The awarded contract will encompass work through 2028, with specified completion dates for different activities. This solicitation illustrates the Forest Service's stewardship contracting authority to effectively manage and rehabilitate national forest lands following significant wildfire impacts.
    The BCLH Phase 1 Stewardship IRSC site visit, held on November 4, 2024, aimed to prepare contractors for upcoming solicitations related to the removal of hazard trees following the 2020 Beachie Creek and Lionshead fires. The meeting, led by USDA Forest Service officials, highlighted the need to address hazardous fuels and reconstruct roads while accommodating contractor concerns regarding bonding requirements. The project has been divided into three phases due to previous feedback, aiming to enhance competition through manageable contract values and performance periods. Notably, the solicitation timeline is set to begin in early 2025, with contract awards anticipated by mid-2025. Contractors provided input on operational preferences for wet weather work, with discussions surrounding the integration of mechanized harvesting equipment under specific conditions. The comprehensive approach aims not only to restore land but also to assist rural economies, ensuring that small businesses can participate alongside larger firms. Overall, this initiative underscores the critical need for effective project management, safety considerations, and environmental compliance throughout the recovery efforts in the affected areas.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 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 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.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at restoring access routes and mitigating hazardous fuels in the Detroit Ranger District of the Willamette National Forest, Oregon. The project encompasses approximately 1,843 acres affected by the Beachie Creek and Lionshead Fires of 2020, with work including the removal of fire-killed trees, road reconstruction, and maintenance activities to enhance forest management and community safety. Interested contractors are encouraged to attend a pre-solicitation site visit on October 5, 2024, with the final solicitation expected to be issued around March 31, 2025, and contract awards planned for June 6, 2025. For further inquiries, contact Karen Ruklic at karen.ruklic@usda.gov or Heidi Andersen at heidi.andersen@usda.gov.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.
    OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. The project involves the rehabilitation of a 1.1-mile trail, rockfall mitigation, replacement of a failed marina bulkhead, and upgrades to restroom facilities, with a focus on enhancing visitor access and safety while adhering to environmental standards. This initiative underscores the federal commitment to maintaining national park infrastructure, with an estimated contract value between $30 million and $40 million, and a tentative completion date set for Fall 2027. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520 for further details, and should monitor SAM.gov for solicitation updates anticipated in winter 2024/2025.
    Deschutes NF, BFR-SIS Reforestation, Grubbing, Caging, Netting Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at the Deschutes National Forest, is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) call order for the BFR-SIS Reforestation project. This initiative involves essential services for forest restoration, including conifer tree planting, grubbing of live vegetation around seedlings, and optional installation of protective measures for the seedlings across an area of up to 243 acres. The project is critical for environmental restoration and management within the forested area, adhering to federal guidelines. Interested parties can contact Annie Stanbro at andrea.pollock@usda.gov or by phone at 458-200-5265, with the anticipated award date set for March 25, 2025.
    BPA Call Boulder Creek Culvert Removal
    Buyer not available
    The Department of Agriculture, specifically the Rogue River-Siskiyou National Forest, is seeking qualified contractors for the Boulder Creek Culvert Removal project. This procurement aims to address environmental and infrastructure needs by removing existing culverts that may hinder water flow and wildlife movement. The successful contractor will play a crucial role in enhancing the ecological health of the area, which is vital for local ecosystems and community safety. Interested parties should contact Jared Machgan at jared.machgan@usda.gov or call 458-212-6064 for further details, noting that this opportunity is set aside for small businesses under the SBA guidelines.
    Willamette National Forest-Cone Collecting
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at Willamette National Forest, is seeking qualified small businesses for a contract focused on cone collecting activities in Springfield, Oregon. The procurement aims to support forestry operations by gathering cones, which are essential for reforestation and habitat restoration efforts. This opportunity is set aside for total small business participation, emphasizing the importance of engaging local enterprises in environmental conservation initiatives. Interested parties can reach out to Jared D Machgan at jared.machgan@usda.gov or call 458-212-6064 for further details regarding the contract requirements and submission processes.
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    F--CONE COLLECTION HSO & TSO 2025
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting proposals for cone collection services at the Walter Horning Seed Orchard and the Travis Tyrrell Seed Orchard in Oregon, under the RFQ number 140L0625Q0015. Contractors will be responsible for activities such as bagging, transporting, and handling cones to support seed collection for reforestation efforts, with a performance period from August 1, 2025, to November 30, 2025, for Horning and until October 10, 2025, for Tyrrell. This initiative is crucial for sustainable forestry practices and ecological conservation, emphasizing environmental responsibility and adherence to operational procedures. Interested contractors must submit their quotes by March 13, 2025, and can contact Madisyn Falls at mfalls@blm.gov or 303-236-9471 for further information.