BCLH Stewardship IRSC Phase 2
ID: 12363N25R4002Type: 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's Forest Service is seeking contractors for the BCLH Stewardship Integrated Restoration Silviculture Contract (IRSC) Phase 2, aimed at reducing hazardous fuels and restoring access routes within the Detroit Ranger District of the Willamette National Forest in Oregon. The project encompasses approximately 1,152 acres and includes mandatory and optional work activities such as cutting and removing fire-killed trees, road reconstruction, and hazardous fuels treatment, with a completion date for mandatory work set for October 15, 2027. This initiative is critical for enhancing forest road infrastructure and ensuring ecological restoration while complying with federal guidelines. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, and are encouraged to attend a pre-solicitation site visit on November 5, 2024, with the final solicitation expected to be issued around February 21, 2025.

    Point(s) of Contact
    Karen Ruklic, Contract Specialist
    (208) 702-3519
    karen.ruklic@usda.gov
    Files
    Title
    Posted
    The document outlines the BCLH Integrated Restoration Silviculture Project (IRSC) being conducted by the United States Department of Agriculture's Forest Service in the Willamette National Forest, specifically within the Detroit Ranger District. It provides a detailed schematic of the project phases—Phase 1, Phase 2, and Phase 3—indicating various forest service roads involved. The document's structure includes a series of vicinity maps and project details, designed by Daniel W. Matthews, with a focus on road management and restoration requirements. The overarching goal is to rehabilitate and enhance forest road infrastructure to support ecological restoration and improve access for maintenance and resource management. Each phase of the project encompasses specific roads, classified as Phase 1, 2, or 3, which are illustrated with accompanying legends for clarity. The initiative reflects the Forest Service's commitment to sustainable land management practices while ensuring compliance with regional and federal guidelines applicable to federally funded programs and projects.
    The BCLH IRSC project area requires contractors to obtain a road use permit for accessing treatment units within a Forest Closure area. The process initiates with a minimum two-day notice to designated Forest Service contacts via email. Following approval, a road use permit and risk assessment will be provided, which must be completed and signed by all personnel entering the area. The completed documents are submitted back to the Forest Service for final approval. The Ranger or their designated representative will then sign the documents, enabling access during the solicitation period and providing gate codes. Contractors must carry these documents at all times to avoid citation by patrolling law enforcement. This procedure is essential for ensuring regulated access and safety compliance within the designated project area, reflecting the structured nature of government oversight in facilitating contractor operations.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    BCLH Stewardship IRSC Phase 3
    Active
    Agriculture, Department Of
    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.
    BCLH Stewardship IRSC Phase 1
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at restoring access routes and mitigating hazardous fuels in the aftermath of the Beachie Creek and Lionshead Fires in 2020. The project encompasses approximately 1,612 acres located east of Detroit, Oregon, and includes mandatory and optional work activities such as cutting and removing fire-killed trees, road reconstruction, and hazardous fuels treatment. This initiative is critical for enhancing regional infrastructure and ensuring public safety in fire-affected areas. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the final solicitation expected to be issued around January 15, 2025, and contract awards planned for March 21, 2025.
    BCLH Stewardship IRSC Phase 3
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at managing land affected by the Beachie Creek and Lionshead Fires in 2020. The project encompasses approximately 1,843 acres near Detroit, Oregon, focusing on hazardous fuel reduction, road maintenance, and reconstruction to restore access through the burned area. Interested contractors must prepare for a site visit on November 5, 2024, and the final solicitation is expected to be issued around March 31, 2025, with a contract award 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
    Active
    Transportation, Department Of
    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 FS ERFO 2020(1)-14(1), Walla Walla South – Umatilla Repairs 2020, Phase 1 and WA ERFO FS UMATL614 2020-1(1), Walla Walla North – Umatilla Repairs 2020, Phase 1
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FS ERFO 2020(1)-14(1) and WA ERFO FS UMATL614 2020-1(1) projects, which involve extensive repairs in the Walla Walla South and North Umatilla areas. The scope of work includes excavation, grading, aggregate surfacing, drainage improvements, and stream bank stabilization, aimed at enhancing the resilience and safety of critical infrastructure in the Umatilla National Forest. With an estimated project cost between $5 and $10 million and a tentative completion date set for spring/summer 2027, interested bidders are encouraged to prepare for the solicitation process, which will be formally announced in early 2024. For further inquiries, potential contractors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Rotorwash IRSC
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking market information through a Request for Information (RFI) for the Rotorwash Integrated Resource Service Contract (IRSC) in the Okanogan Wenatchee National Forest, focusing on the Methow Valley Ranger District in Washington. The objective of this procurement is to enhance forest resilience against wildfire and disease while improving overall forest health through commercial thinning, fuels reduction, and fireline construction across approximately 550 acres, with an additional 450 acres available for optional treatments. This initiative is part of the Forest Service's commitment to utilizing stewardship contracts to meet local community needs and effectively manage public lands. Interested parties must respond to the RFI by November 13, 2024, and are encouraged to participate in a pre-proposal site visit scheduled for October 23, 2024, to discuss project details and operational requirements. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is issuing a Pacific Northwest Stewardship BPA for Federal and local agency lands within 150 miles of the boundaries of the Colville, Gifford Pinchot, Mt. Baker-Snoqualmie, Mt. Hood, Okanogan-Wenatchee, Olympic, Rogue River-Siskiyou, Siuslaw, Umpqua and Willamette National Forests in Washington and Oregon. This BPA will be the primary means for future Call Orders, including Integrated Resource Service Contracts with required timber product removal, Service-based IRSC's with the option for Timber Subject to Agreement products, and Restoration-based Service contracts without timber product removal. The awarded Blanket Purchase Agreements will have a performance period of 10 years with the option to extend up to 20 years. The types of work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. Interested individuals must have an email account and be actively registered in the System for Award Management (SAM) to be eligible for award. Registration in SAM is a free service.
    OR FLAP GRANT 24(2), Granite Hill Road Reconstruction, Phase II
    Active
    Transportation, Department Of
    The Western Federal Lands Highway Division is seeking contractors for the OR FLAP GRANT 24(2) project, titled Granite Hill Road Reconstruction, Phase II. This project is a Small Business Set-Aside federal contract aimed at reconstructing a 5-mile stretch of Granite Hill Road in Grant County, Oregon. The primary goals are installing precast concrete box culverts and constructing two bridges to enhance drainage and connectivity. The scope of work involves paving, bridge construction, roadway excavation, and the installation of guardrails, erosion control measures, and pavement markings. The project is divided into several divisions, each encompassing specific tasks. Division 200 covers earthwork, while Division 250 focuses on slope reinforcement. Division 300 and 400 address aggregate base courses and asphalt pavement, respectively. Critical Division 550 entails bridge construction and associated tasks. Meanwhile, Divisions 600 and 647 include incidental construction and environmental mitigation work. Prospective bidders are encouraged to visit the project site, especially before winter sets in. Technical and general inquiries can be made via email or phone using the provided contacts. Solicitation documents will be released during fall/winter 2024, with interested parties advised to monitor the SAM website for updates. Eligibility requirements include small business certification and relevant experience in highway and road construction, along with the ability to meet the project's technical specifications. Funding for this project is estimated between $5 million to $10 million, with the contract type being a sealed bid, firm-fixed-price arrangement. The tentative solicitation period is winter 2024/25, and the targeted completion date is set for winter 2025. The government will evaluate bids based on their compliance with the project requirements, with the award going to the most compliant and competitive offer. For clarification or questions, contact the primary contact person at the Western Federal Lands Highway Division.
    WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for emergency repair projects in the Mt. Baker-Snoqualmie National Forest, specifically identified as WA ERFO FS MTBKR605 2020-1(1) and WA ERFO FS MTBKR605 2022-1(1). The projects involve critical infrastructure improvements, including earthwork, roadside development, wall construction, and drainage systems across multiple sites in Washington, covering a total length of 0.4 miles. This initiative is vital for enhancing safety and accessibility in the region's roadways, with an estimated budget ranging from $700,000 to $2,000,000 and a fixed completion target set for Winter 2025. Interested contractors should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to stay updated on the solicitation documents expected to be released in Winter 2024/2025.
    OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
    Active
    Transportation, Department Of
    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.