Houston Bush Hog
ID: 12363N25Q4015Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICECOEUR D ALENE, ID, 83815, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)
Timeline
    Description

    The USDA Forest Service is seeking qualified contractors for the Houston Bush Hog project, which involves mowing services to maintain early successional habitats within the Hoosier National Forest in Indiana. The contractor will be responsible for mechanically mowing approximately 95.1 acres of designated wildlife openings, with a base requirement of 43.6 acres and potential options for an additional 51.5 acres, using GPS for navigation within specified boundaries. This project is crucial for managing public lands and enhancing wildlife habitats, with work scheduled to commence on July 1, 2025, and conclude by November 30, 2025. Interested contractors should contact Darren Zychek at darren.zychek@usda.gov or Steven Harriss at steve.harriss@usda.gov for further details and to ensure compliance with all submission requirements by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation process for a government contract, specifically referencing Solicitation #: 12363N25Q4015 for the Hoosier National Forest's Houston Bush Hog project. It mandates that quoters must be actively registered in the System for Award Management (SAM) and provide a detailed Schedule of Items, including pricing and compliance data. Important criteria for evaluation include past performance, technical qualifications, and a comprehensive work plan detailing scheduling and resource management. Offerors must demonstrate relevant experience, provide references, and ensure adherence to specific guidelines including the ability to manage personnel and equipment around challenging weather conditions. The document emphasizes the necessity for submitting all required information by the closing date, which is January 31, 2023. In the context of government RFPs, this document establishes the framework for potential contractors to compete for federal contracts, highlighting key submission requirements and evaluation criteria that support transparency and fair selection processes.
    The FAR 52.212-3 document outlines the Offeror Certifications and Representations for federal contracts involving commercial items, which must be completed by offers based on their status in the System for Award Management (SAM). Key definitions include those related to small business classifications, forced child labor, and manufacturing origins. Offerors are required to certify information regarding their business size, ownership, compliance with federal laws, environmental sustainability, and absence of criminal or tax liabilities. Specific clauses include representations about business operations in regions like Sudan, the use of telecommunications equipment, and child labor compliance. The document aims to ensure transparency and legality in federal contracting by mandating extensive disclosures from offerors about their business practices and regulatory compliance. This provision primarily addresses government RFPs and contracts, aiming to eliminate entities that may pose risks associated with labor practices, geopolitical sanctions, or other compliance issues.
    The Experience Questionnaire is designed for contractors responding to federal and state RFPs. It collects essential information to evaluate a contractor's qualifications and experience. Key sections include contractor identification, business type, years of relevant experience, and details about previous projects completed within the last three years. Respondents are also asked to list current contract commitments and provide explanations if any prior contracts were not completed successfully. The questionnaire inquires about the contractor's organizational structure, employee availability, equipment for the project, and progress estimates. It further seeks information about principal individuals' experience and technical skills, particularly in handling GPS and shapefiles. Finally, it requires a work plan to demonstrate how the contractor intends to accomplish the project tasks. The certification section confirms that the provided information is accurate and allows for verification by the Forest Service. This document ensures that only qualified contractors with a relevant background engage in government projects, aligning with the standards outlined in RFP processes.
    The document outlines a Request for Quotations (RFQ) for mowing services within the Hoosier National Forest, specifically for managing wildlife openings through the removal of unwanted vegetation. Solicitation Number 12363N25Q4015 is structured to maintain early successional habitats by mechanically mowing approximately 95.1 acres of land, with the base requirement covering 43.6 acres and potential options for additional areas based on funding availability. The scope involves using GPS for navigation within specified boundaries and conducting work between July 1, 2025, and November 30, 2025. Contractors must ensure that cleaning of all equipment occurs before site entry to prevent the spread of invasive species. Key personnel qualifications, timely project execution, and adherence to federal regulations are emphasized, with inspections tied to payment processing. The document serves as a formal solicitation aligned with federal procurement regulations, intending to engage qualified businesses in environmental stewardship activities, fostering sustainable practices within the government framework.
    The document outlines the "Houston Bush Hog Mowing" project, scheduled for 2025, represented on a map (Map 1) indicating various units from 1 to 17 in the Houston area. It appears to pertain to the federal or local government's initiative concerning land maintenance, specifically mowing, to manage open spaces and accessibility. The highlighted areas close to roads could suggest a focus on keeping public access and visibility clear. The project likely aims to ensure the upkeep of urban landscapes, promoting safety and aesthetics within these designated zones. The mention of "access to openings" may indicate specific locations identified for maintenance activities. Overall, the file serves as a preliminary overview for stakeholders interested in municipal mowing services within Houston as part of urban management efforts.
    The document outlines a mapping project related to Houston Bush Hog Mowing, focusing on specific units within geographical coordinates. It primarily identifies areas for potential grass mowing services in the year 2025, as depicted in a corresponding map. The map indicates various access points for Houston Openings, delineated over a 0.5-mile radius within a set number of units (18-21). This information is pertinent for upcoming federal or state requests for proposals (RFPs) aimed at such landscaping services. The strategic planning suggested by this mapping is crucial for effective resource allocation and operational efficiency in responding to these RFPs, reflecting a comprehensive approach to managing horticultural needs in Houston.
    The document pertains to a mowing contract in Houston for the year 2025, specifically related to units 22 through 26, as indicated in a referenced Map 3. The structure suggests it is part of a request for proposals (RFP) process, likely aimed at contracting services for landscape maintenance. Key details include the designation of units to be serviced and the creation date of the mapping document. The document's primary focus appears to be the outlining of specific areas requiring mowing services, which typically would involve adherence to municipal guidelines and standards. The notation of distances and landmarks implies logistical planning necessary for executing the contract efficiently. Overall, this document is an essential component in the preparation and submission process of government RFPs, emphasizing clarity in specifying contractual obligations for maintaining public lands.
    The document outlines the Houston Bush Hog Mowing project for 2025, specifically focusing on units 27-33 as indicated on Map 4. The project appears to involve landscape maintenance, specifically mowing services, within designated areas. The file includes minimal details, depicting a basic visual representation of covered units and a scale measurement of 0.5 miles. It suggests that Houston is likely planning to issue a request for proposal (RFP) for this mowing service, which fits within the context of federal and local government initiatives for maintaining public lands and enhancing community aesthetics. Such projects often seek contractors to ensure compliance with municipal codes and environmental standards while efficiently managing public space upkeep. Overall, this document represents the preliminary stages of the RFP process regarding landscaping maintenance in Houston, showcasing a structured approach to public service contracting.
    The document is heavily encrypted and partially corrupted, which obscures its primary contents. However, from the discernible text, it appears to pertain to the federal RFPs (Requests for Proposals), federal grants, and local/state RFPs, likely offering guidelines or conditions related to government funding or project bids. Such documents generally emphasize compliance, eligibility requirements, procedural directives, and funding allocation. The main topic likely pertains to the procedures and expectations surrounding the application for or management of governmental funds, evaluating project proposals for projects that may involve federal and state partnerships. It is crucial for potential applicants to ascertain the core requirements, as well as measures for adherence to safety standards and regulatory compliance. Due to the corruption in the text and formatting issues, specific key points and supporting details could not be completely identified, limiting the overall analysis. Despite the obscurity, the urgency of clarity, structure, and guidelines indicative of governmental processes around grants and proposals remains essential in navigating funding opportunities and regulations efficiently.
    Lifecycle
    Title
    Type
    Houston Bush Hog
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    Woody Vegetation Removal (Mulching), McFaddin NWR,
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking small business contractors for a project involving the mulching of woody vegetation across 165 acres at the McFaddin National Wildlife Refuge in Sabine Pass, Texas. The objective of this procurement is to enhance environmental management by removing dense vegetation, with contractors required to provide personnel, machinery, materials, and supervision for the task. This initiative underscores the government's commitment to supporting small businesses, particularly those owned by veterans or economically disadvantaged individuals, while ensuring compliance with federal regulations regarding labor and environmental protections. Interested vendors must submit their technical and price proposals by March 21, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information. The estimated contract value is $11.5 million, with delivery expected by September 30, 2025.
    F--AL-DEEP HORIZON NRDA ARO-INVASIVE SPECIE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for invasive species treatment at the Bon Secour National Wildlife Refuge in Alabama, specifically targeting cogon grass, torpedo grass, and rattlebox on a newly acquired 73.43-acre tract. The contractor will be responsible for achieving a 95% control rate over approximately 12 acres by applying approved herbicides, with treatments scheduled to commence around April 1, 2025, and concluding by May 31, 2026. This initiative is part of the broader Deepwater Horizon Gulf restoration efforts, emphasizing the importance of managing invasive species to protect native ecosystems. Interested contractors must submit proposals by March 17, 2025, and can direct inquiries to Lamont Sawyers at lamontsawyers@fws.gov.
    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.
    CNF-CON SSCC-LKLN Mechanical Site Prep - Chequamegon-Nicolet
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for a Mechanical Site Preparation project at the Chequamegon-Nicolet National Forest, located in the Lakewood-Laona Ranger District of Wisconsin. The project involves preparing approximately 57 acres of land using mechanical methods, including Double Roller Chop and Bracke Scarification, with a focus on preserving marked trees and adhering to environmental protection protocols. This initiative is part of broader federal efforts to enhance forest health and manage natural resources effectively. Interested parties should direct inquiries to Tracy Doud at tracy.doud@usda.gov or call 720-994-4728, with the anticipated issuance date for the Request for Quotes around March 15, 2025, and a contract duration of 180 days expected to commence on or around June 1, 2025.
    BCLH Stewardship IRSC Phase 1
    Buyer not available
    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.
    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.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    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.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.