F--BLM CHELSEA_SKYLINE CUT AND PILE
ID: 140L3725Q0036Type: Solicitation
AwardedApr 10, 2025
$126K$125,996
AwardeeRedwood Forestry, LLC 1754 WARREN WAY Medford OR 97501 USA
Award #:140L3725P0018
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL INTERAGENCY FIRE CENTERBOISE, ID, 83705, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- TREE THINNING (F014)

Set Aside

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

    The Department of the Interior, Bureau of Land Management (BLM), is soliciting proposals for the Chelsea Skyline Cut and Pile project, aimed at reducing hazardous wildfire fuels in Durango, Colorado. The project involves thinning and removing various tree species across approximately 130.75 acres to create canopy gaps that mitigate fire risks, with a performance period scheduled from June 1, 2025, to December 1, 2025. This initiative is critical for enhancing wildfire resilience in residential areas and ensuring ecological health, reflecting the government's commitment to effective land management practices. Interested contractors must submit their quotes by April 7, 2025, and can direct inquiries to Daniel Rosales at drosales@blm.gov.

    Point(s) of Contact
    Rosales, Daniel
    drosales@blm.gov
    Files
    Title
    Posted
    The U.S. Department of the Interior, Bureau of Land Management (BLM), provides spatial data regarding the Chelsea Treatment Area in Colorado. The document includes a mapping representation indicating structures, private properties, and drainage features such as the Reclaimed Ditch. The layout features a scale of miles to assist in orientation and distance assessment. The BLM disclaims any warranties regarding the data’s accuracy, reliability, or completeness for personal or aggregate uses, particularly for purposes not intended by the agency. Updates to this information may occur without prior notifications. The mapping and associated data serve as a tool for planning and resource management in the area, addressing land use considerations relevant to federal and local RFPs and grants. Overall, this document highlights the BLM's provision of foundational geographic data essential for informed decision-making and land management strategies.
    Amendments 0002 and 0003 address logistical inquiries related to a government project. Amendment 0002 provides two georeferenced maps to assist contractors in scouting designated units, noting the need for Bureau of Land Management (BLM) coordination to access adjacent private properties. Amendment 0003 responds to a question about the disposal of biomass and slash. Given the project's remote location and limited access, such disposal methods, including air curtain incinerators, are not anticipated for the current project. However, future initiatives with better access may require such services. Overall, these amendments clarify project specifications and prepare contractors for upcoming site assessments and environmental management considerations.
    The document is a map and overview of the Horse Gulch area, primarily located near Durango, Colorado, and is associated with the Bureau of Land Management (BLM). It details various streets and trails, including both natural-surface trails maintained by the BLM and the City of Durango, as well as private land and roads within the region. Notable features include a breakdown of areas and units, with Unit 1 comprising 75 acres. The context suggests potential federal funding and land management considerations for local outdoor recreational activities, aligning with government objectives for public land use and conservation. The map underscores the BLM's role in emphasizing natural areas and promoting responsible land stewardship as part of federal initiatives regarding state and local outdoor activities.
    Amendment 0002 addresses inquiries related to a federal project and primarily focuses on the availability of georeferenced maps and shape files. It confirms that two georeferenced maps are included as attachments in this amendment. Furthermore, it outlines the requirement for contractors to coordinate access through nearby private properties if they intend to scout the designated units. Contractors are directed to contact the Contracting Officer Representative (COR) or Point of Contact (POC) for access requests. This document exemplifies the procedural elements and communication protocols integral to federal Request for Proposals (RFPs), ensuring stakeholders are informed about essential resources and access protocols necessary for project execution.
    The Bureau of Land Management’s Tres Rios Field Office is seeking proposals for the Chelsea and Skyline Hazardous Fuels Treatments project in Durango, Colorado, scheduled for completion between June and December 2025. The initiative focuses on reducing hazardous wildfire fuels on approximately 130.75 acres adjacent to residential areas. It involves thinning Gambel oak, Pinyon, Juniper trees, and others to create canopy gaps, thereby mitigating fire risks. Access to project areas requires adherence to Memoranda of Understanding with private landowners, emphasizing the importance of pre-defined routes and notifying landowners prior to access. Specific guidelines are outlined for tree removal and management, including retaining a percentage of key species and proper disposal of debris. Contractors must ensure compliance with environmental protections, including a prohibition on operating heavy equipment on steep slopes and during wet conditions, while safeguarding migratory birds and cultural sites. The payment structure is linked to an inspection process based on work quality, encouraging contractors to uphold standards. This project reflects governmental efforts to enhance wildfire resilience in vulnerable areas, integrating ecological mindfulness into land management practices.
    The document pertains to Amendment 0001 of a federal solicitation, specifically referencing changes to a contract associated with the Bureau of Land Management for fire management. The main purpose is to communicate the requirements for acknowledgment of the amendment by contractors, detailing methods of acknowledgment and potential consequences for non-receipt. The amendment modifies the existing contract to incorporate an updated Statement of Work (SOW) dated March 24, 2025, without altering other terms and conditions. The period of performance for the contract is specified as from June 1, 2025, to September 30, 2025. The document outlines various administrative details such as the responsible contracting officer and contractor information, as well as the specific changes made to ensure clarity and compliance with federal procurement guidelines.
    This document pertains to Amendment 0002 of a solicitation for a contract, which includes significant updates and requirements for contractors. The purpose of the amendment is to attach two maps and provide a set of questions and answers relevant to the solicitation. It is emphasized that offers must acknowledge receipt of this amendment before the specified deadline to avoid rejection. The amendment specifies that changes to existing offers can be made through written correspondence that references the solicitation and amendment numbers. The period of performance for the contract remains from June 1, 2025, to September 30, 2025. Other terms and conditions of the original solicitation continue to remain unchanged. This document follows federal contracting protocols, which ensure transparency and communication between the issuing offices and contractors, maintaining accountability and regulatory compliance in federal procurement processes. Overall, the amendment aims to clarify expectations and provide additional information for bidders while reaffirming existing contract parameters.
    The document is an amendment, identified as Amendment 0003, to a federal solicitation/request for proposal (RFP) numbered 140L3725Q0036. Its primary purpose is to notify contractors of specific updates concerning the solicitation process, including the requirement for offer acknowledgment prior to the designated submission deadline. The amendment includes an attachment with updated questions and answers relevant to the solicitation. The effective period for the associated project is specified from June 1, 2025, to September 30, 2025. All other terms and conditions related to the original solicitation remain unchanged. Contractors must respond to the amendment in writing, confirming receipt and possibly adjusting their offers accordingly. This document serves to ensure clarity and compliance with federal contracting protocols while fostering transparency in the procurement process for associated services or goods related to interagency fire management.
    The Bureau of Land Management (BLM) is soliciting quotes for the Chelsea Skyline Cut and Pile project, which aims to reduce hazardous fuels in Durango, Colorado. The solicitation (140L3725Q0036) requires submission by April 7, 2025, with pricing for specific services to thin and remove various tree species across a total of 130.75 acres. The work includes thinning Gambel Oak, Pinyon Juniper, and other species to create canopy gaps that mitigate fire risks. Contractors must follow guidelines for tree removal, reserve healthy trees, and ensure minimal environmental impact. The project’s duration is from June 1, 2025, to December 1, 2025. No formal site visit is scheduled, but contractors are encouraged to visit the project area independently. Quotes will be evaluated based on experience, treatment plans, and pricing. The solicitation emphasizes compliance with Federal Acquisition Regulations and applicable environmental protections, aiming to enhance fire safety and ecological health in the areas surrounding populated regions. This effort underscores the government's commitment to wildfire risk reduction and forest management.
    Lifecycle
    Similar Opportunities
    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.
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for snow removal services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming, under the solicitation titled "S--NHTIC SNOW REMOVAL 2026." The contract will cover a base year from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, and includes services such as snow plowing, sidewalk clearing, and ice removal to ensure safety for employees and the public. This procurement is particularly important for maintaining accessibility and safety in a historically significant area, with a focus on efficient snow management strategies. Interested bidders must submit their proposals via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov by December 22, 2025, at 2:00 PM Mountain Time, and are encouraged to review the updated bid schedule and site map provided in the amendments to the solicitation.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    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.
    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.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    F--Synopsis of Contract Award Actions-140L0125R0007
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is announcing a special notice regarding the contract award actions for Wild Horse and Burro On-Range Drive Trapping Services. The procurement involves the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the primary objective of managing wild horse and burro populations across various BLM lands in states including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. This initiative is crucial for the conservation of natural resources and the effective management of wild equine populations, ensuring ecological balance and compliance with federal regulations. Interested small businesses can reach out to Lisa Turner at lturner@blm.gov or by phone at 405-435-6044 for further details, with the contract award date set for December 15, 2025.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.