2025 Southwestern Region Tree Planting IDIQ
ID: 127EAV25R0006Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 5Albuquerque, NM, 871023498, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST TREE PLANTING (F005)

Set Aside

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

    The Department of Agriculture, Forest Service is seeking proposals for the Southwestern Region Tree Planting Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at providing reforestation services across eleven National Forests in Arizona and New Mexico. This procurement, set aside 100% for small businesses, includes tasks such as tree transport, care, handling, planting, and animal damage control, with a focus on restoring lands affected by fire, insects, diseases, or timber harvests. The contract is significant for enhancing forest health and sustainability, with multiple firm-fixed-price awards anticipated over a five-year period, starting from January 5, 2026. Interested contractors must submit proposals electronically by December 5, 2025, and can direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or David Watson at david.l.watson@usda.gov.

    Files
    Title
    Posted
    The USDA Forest Service Southwestern Region is seeking proposals for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for tree planting and reforestation services. This 100% small business set-aside aims to restore lands affected by fire, insects, diseases, or harvests across eleven National Forests in Arizona and New Mexico. Services include tree transport, care, handling, planting at various densities, site preparation (scalping), and animal damage control treatments like netting and tubing. The solicitation, identified as 127EAV25R0006, anticipates multiple firm-fixed-price awards for a five-year ordering period, with an initial performance period from January 5, 2026, to January 4, 2027, and subsequent option years. Proposals are due by December 5, 2025, and will be evaluated based on technical capability, quality control, management, experience, past performance, and price, using best-value tradeoff principles. Offerors must be registered in SAM.gov.
    This document outlines wage determinations for service contracts under the Service Contract Act in Arizona, specifically for forestry, land management, and timber inventory services. It details minimum wage rates, which vary based on contract award dates and applicable Executive Orders (EO 14026 or EO 13658). As of January 30, 2022, the minimum is $17.75 per hour, while contracts between January 2015 and January 2022 require $13.30 per hour. The document also lists specific occupational wage rates, with some classifications potentially eligible for higher EO minimums. Fringe benefits include health and welfare, vacation, and eleven paid holidays. Additionally, it addresses uniform allowances and procedures for conforming unlisted employee classifications, emphasizing compliance with the Department of Labor's Wage and Hour Division guidelines.
    The document outlines the 'Southwestern Region Tree Planting IDIQ Contract' (127EAV25R0006) for tree planting services in the Apache and Coronado National Forests in Arizona. It details a schedule of items for a base year and four option years, each with identical services and estimated quantities. The services include various tree planting densities (very low, low, medium, high, variable, group/clump, interplant, specialized), site preparation (scalping in different sizes), and tree care (bareroot tree dipping, addition of biochar and fertilizer). It also covers installation, maintenance, and removal of flexible netting, rigid netting, rigid tubing/Vexar tubing, and shade cards. Additionally, the contract includes 'Walk-in Premium' items, which are categorized by distance and for shade/ADP materials, and specifies tools like augers and shovels. Each item has an estimated quantity and placeholders for unit price and total price. A note clarifies that no price adjustment will be made for scalps less than or equal to 16 x 16 inches.
    The 2025 Southwestern Region Tree Planting IDIQ Performance Work Statement outlines the requirements for tree planting and related services on lands disturbed by fire, insects, diseases, or harvest. The contract scope includes tree transport, care, handling, planting, natural and artificial shading, and animal damage control. Contractors must provide all labor, equipment, and supervision. Key elements include detailed procedures for tree handling, planting techniques (e.g., scalping, clearing, placement, firming), and various planting line-item descriptions such as regular spacing, variable density, group/clump, per thousand tree, interplanting, and per hour/specialized planting. The document also specifies requirements for artificial shade and animal damage protection installation. Performance is measured against a 93% quality standard, with deductions for non-compliance. Contractor quality control is essential, including detailed inspection sheets. Deliverables include a Quality Control Plan, Safety Plan, Work Plan and Schedule, and Worksite Plan. Supervisors and inspectors must be on-site and meet language requirements.
    This document, "Attachment 3: CONTRACT EXHIBITS," details the various exhibits that are part of a contract, primarily focusing on tree planting, inspection, and animal damage protection (ADC) installation. Key exhibits include samples for detailed information sheets, satisfactory/unsatisfactory plantings, utilization of material for shade, site preparation diagrams, netting installation examples, and several planting and artificial shade/ADC inspection sheets, along with a tree tracking sheet. The document provides comprehensive instructions for planting inspections, outlining above-ground and below-ground criteria, specific violation codes (e.g., spacing, depth, root configuration), and methods for calculating planting quality. It also includes tables for determining plantable spots, maximum allowable trees, and minimum trees to be dug for inspection. An example planting inspection sheet with explanatory notes demonstrates the application of these procedures, highlighting how to assess contractor performance and identify deficiencies. The overall purpose is to establish clear standards and procedures for tree planting projects and their quality control, ensuring compliance and successful outcomes within government contracts.
    The USDA's Southwestern Region Planting IDIQ Quality Assurance Surveillance Plan (QASP) outlines the procedures for monitoring contractor performance in planting and related treatments. It details performance standards, acceptable quality levels (AQLs), and responsibilities of both the contractor (implementing a Quality Control Plan) and government (Contracting Officer, COR, and GTMs). The plan describes surveillance methods, including monitoring work plans, tree handling, planting quality (in-progress and assurance plots), and QCP inspections. Non-performance triggers documentation and remedial actions. Performance is analyzed and rated in categories like technical quality, cost, and schedule, with outcomes recorded in CPARS for contractor evaluation.
    The USDA Forest Service Experience Questionnaire is a critical component for contractors bidding on federal projects, specifically for the Southwestern Region Tree Planting IDIQ. It requires detailed information on a contractor's business structure, years of experience as both prime and subcontractor, and a list of completed projects within the last three years. The questionnaire also asks about concurrent contractual commitments, any past failures to complete work, and whether the project site was inspected. Contractors must specify the minimum and maximum number of employees, whether they are regularly on payroll, available equipment, and estimated progress rates. Furthermore, it mandates information on the principal individuals involved in the contract. A significant section focuses on the identification and use of biobased products, requiring details on manufacturers, costs, intended use, biobased content percentage, and prior experience in specifying, purchasing, using, and installing such products. This information is also required for all proposed subcontractors, emphasizing transparency and adherence to sustainability requirements in government contracts.
    The US Department of Agriculture (USDA) has released an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Technical Evaluation Plan for Southwestern Tree Planting (127EAV25R0006). This plan outlines the methodology for evaluating proposals, focusing on technical capability (including management and experience), past performance, and price. Proposals will be assessed using a best value tradeoff approach, incorporating adjectival ratings, Go/No Go criteria, and confidence ratings. Offerors must submit proposals electronically by December 5, 2025, organized into three volumes: Technical Proposal, Past Performance, and Price Proposal. The technical evaluation covers aspects like tree care, planting methods, safety, and personnel, while past performance requires at least three relevant projects within the last three years. Price proposals will be evaluated for competitiveness and reasonableness. The document also defines various rating terms, such as 'Exceptional,' 'High Confidence,' and 'Strength,' to ensure a fair and transparent evaluation process for potential multiple awards.
    This document, Wage Determination No.: 1969-0115, Revision No.: 85, outlines the wage and fringe benefit requirements for service contracts in New Mexico, specifically for forestry and land management services. It details the applicable minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts in 2025, with annual adjustments. The document lists specific occupational wage rates for various forestry roles, noting that some may be subject to higher Executive Order minimums. It also mandates fringe benefits, including health and welfare (with separate rates for contracts covered by EO 13706 for paid sick leave), vacation, and eleven paid holidays. Additionally, it specifies uniform allowance requirements and outlines the conformance process for unlisted job classifications using Standard Form 1444, ensuring appropriate skill comparison and wage determination by the Wage and Hour Division.
    The document addresses contractor questions regarding the Southwestern Region Tree Planting IDIQ (127EAV25R0006). It clarifies that prices submitted in Attachment-01 Schedule of Items are maximum
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Presolicitation
    Similar Opportunities
    Region 3 Fuels Management Follow-on IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 3, is seeking proposals for the Region 3 Fuels Management Follow-on Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at providing fuels treatment, wildfire hazard reduction, and related services across various national forests and grasslands in Arizona and New Mexico. The contract encompasses a range of activities including vegetation manipulation, burn unit preparation, and stand improvement, with a base period of one year and four optional one-year extensions. This initiative is critical for enhancing forest health and reducing wildfire risks, thereby supporting environmental conservation efforts. Interested small businesses must submit their proposals by December 5, 2025, and direct any inquiries to Contract Specialist Ma Estrellita Dasmarinas at SM.R3.FPO.FUELSMGTIDIQ@USDA.GOV by November 10, 2025.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    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.
    Intermountain Stewardship BPA
    Buyer not available
    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.
    Dutton Hill G-Z Stewardship IRSC - R3 Coconino National Forest, Flagstaff Ranger District, Arizona
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is soliciting proposals for the Dutton Hill G-Z Stewardship Integrated Resource Service Contract (IRSC) within the Coconino National Forest, located in Flagstaff, Arizona. This project aims to enhance forest health and reduce wildfire risks across approximately 8,829 acres through mechanical and hand thinning, while also providing timber products to local industries. The contract will encompass mandatory and optional work activities in three treatment areas: Double Springs, Dutton Hill, and LO Pocket, with a firm, fixed-price structure and a performance period extending until November 30, 2029. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 14, 2026, with further inquiries directed to Joshua Bahling at joshua.bahling@usda.gov or Jacob Dahlin at jacob.dahlin@usda.gov.
    REGION ONE A&E IDIQ
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for architectural and engineering services in Region One, which includes Montana, northern Idaho, far eastern Washington, and parts of North and South Dakota. The contract will cover a range of services including structural, civil, water, and wastewater design and inspection for transportation systems and infrastructure, as well as support for recreation sites and minor facility maintenance. This total small business set-aside has an estimated value exceeding $10 million and is scheduled to run from March 2026 to February 2031. Interested small businesses are encouraged to submit capability statements within 15 days to Crystal Amos at crystal.amos@usda.gov.
    New Mexico Forest Engineering and Road Maintenance (FERM)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the New Mexico Forest Engineering and Road Maintenance (FERM) project, aimed at road maintenance and construction within the New Mexico National Forest areas, including the Carson, Cibola, Gila, Lincoln, Santa Fe, and Kiowa Forests. The procurement seeks to establish Blanket Purchase Agreements (BPAs) for various services, including construction, emergency work, and complex maintenance tasks, with a strong emphasis on sustainable practices and compliance with federal regulations. This initiative is crucial for maintaining infrastructure and supporting environmental stewardship in national forests, ultimately benefiting local communities and ecosystems. Interested vendors, particularly small businesses, are encouraged to submit their proposals, with inquiries directed to Chad A.T. Bullock at chad.bullock@usda.gov or Joey Korst at joseph.korst@usda.gov, as the solicitation remains open for continuous submissions.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Buyer not available
    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.
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.