Wood Disposal for North Carolina Hurricane Helene Disaster Recovery and Stewardship
ID: 12444125R0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPARTMENT OF AGRICULTUREFOREST SERVICEUSDA-FS, CSA EAST 3Atlanta, GA, 303092449, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)

Set Aside

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

    The U.S. Department of Agriculture, Forest Service, is seeking proposals for wood disposal services in North Carolina as part of the Hurricane Helene disaster recovery and stewardship efforts. The procurement, designated as a Total Small Business Set-Aside, requires contractors to provide all labor, management, and equipment necessary to process approximately 37,000 tons of wood over a five-year period across three designated zones in the Nantahala and Pisgah National Forests. This initiative is crucial for effective forest management and environmental stewardship, ensuring compliance with safety regulations and operational standards. Proposals are due by August 27, 2025, with inquiries directed to Contract Specialist Tina Pettyjohn at tina.pettyjohn@usda.gov, and interested contractors must submit specific documentation, including a technical capability statement and relevant experience questionnaire, to be considered.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Request for Proposal (RFP) (Solicitation Number: 12444125R0013) for commercial wood disposal services, designated as a Total Small Business Set-Aside. The procurement falls under NAICS code 115310 for Support Activities for Forestry, with a small business size standard of $11.5 million. The solicitation outlines requirements across three zones in North Carolina for Forestry Land Management Services, referencing previous contracts totaling $91.845 million for informational purposes. Proposals must include technical, price, and representations/certifications, submitted via email by August 27, 2025, to Tina Pettyjohn (Tina.Pettyjohn@usda.gov). Technical proposals require past performance data (Attachment 10) and a technical capability statement (Attachment 11), detailing equipment and personnel. Price proposals should use Attachment 5, Schedule of Items. Evaluation will prioritize relevant experience/technical capability and price equally, with a focus on overall value. The government reserves the right to award multiple Firm Fixed Price (FFP) Blanket Purchase Agreements (BPAs). Various FAR clauses are incorporated by reference or full text, including those related to labor standards, small business utilization, and ethical conduct. Mandatory insurance coverages are specified for workers' compensation, general liability, and automobile liability. Questions are due by August 14, 2025.
    The U.S. Forest Service seeks contractors for small wood disposal services across three zones in the Nantahala and Pisgah National Forests. The contractor must provide all labor, management, and equipment to operate a disposal site that processes delivered wood into a finished product. The estimated volume for disposal is 37,000 tons over a five-year period, including a base year and four option years, with specific tonnage allocations per zone for both standard and optional line items. Contractors are responsible for worksite safety, providing state-certified scales, and equipment for unloading trucks. They must accept and weigh all U.S. Forest Service stewardship timber sale loads, providing scale tickets monthly. Personnel must be qualified, and scaling services available Monday to Friday, 6:00 AM to 4:00 PM. Non-compliance with services will result in written notification and potential deduction of costs if the Forest Service must perform the work. The government will not provide resources; the contractor must furnish all necessary materials, equipment, and services.
    The “Relevant Experience Questionnaire” (Form 12444125R0013, Attachment 10) is a crucial document for contractors bidding on federal government RFPs. It collects detailed information to assess a contractor’s qualifications and past performance. Key sections include business type, years of experience as a prime or subcontractor, and a list of relevant projects completed within the last three years. For each project, contractors must provide the contract number, award amount, client details, contact information, and a detailed description of work performed, including tasks, equipment, and special requirements. The form also asks if the contractor has ever failed to complete work or had work completed by a performance bond, requiring explanations for any affirmative responses. Additionally, it requests the experience of principal individuals, credit references, and banking information (contact details only). A certification section requires the contractor’s name, title, and date, affirming the accuracy of the provided information and authorizing references to provide verification. This questionnaire helps the government evaluate a bidder's capability to perform the project.
    The document "12444125R0013 Attachment 11, Technical Capability Statement" is a mandatory form for offerors to complete as part of a government solicitation. Its purpose is to require companies to provide comprehensive documentation demonstrating their technical capability to perform projects of similar type, size, scope, and complexity. This documentation should include, but is not limited to, the experience of the company, key personnel, and crew, along with resumes and equipment lists. Offerors are permitted to attach additional sheets if necessary, provided they are clearly titled "Technical Capability Statement." This attachment is crucial for the Government to assess the offeror's suitability for the requested work.
    The U.S. Forest Service is seeking contractors for small wood disposal services across three zones within the Nantahala and Pisgah National Forests. The contractor will be responsible for providing all labor, management, and equipment to operate a disposal site that processes delivered wood into a finished product. Key requirements include state-certified scales capable of weighing full loads, equipment for safe and efficient unloading of trucks, and adherence to all applicable federal, state, and local safety and disposal regulations. The estimated total volume of wood to be offloaded is 37,000 tons over a five-year period, consisting of a base year and four optional years, with specified quantities for each. Contractors must provide qualified personnel for scaling operations from 6:00 A.M. to 4:00 P.M. Monday through Friday, ensuring continuous support. Non-compliance with services, such as weighing and unloading, will result in notification and potential corrective action, with costs for work performed by other forces deducted from contractor payments. The government will not furnish any resources, requiring the contractor to supply all necessary materials, equipment, and services.
    This government Request for Proposal (RFP) outlines requirements for disposal services of small wood from U.S. Forest Service timber sales across three zones in the Nantahala and Pisgah National Forests. The contractor must provide all labor, management, and equipment, including state-certified scales and unloading equipment, to process approximately 37,000 tons of wood over a five-year period (one base year and four option years). Key responsibilities include weighing loaded and empty trucks, producing a finished product from the delivered wood, and ensuring strict adherence to safety regulations and operational standards. The contract emphasizes timely performance, qualified personnel, and continuous support, with provisions for addressing non-compliance and maintaining service levels. The government will not provide any resources; the contractor is responsible for all materials, equipment, and services.
    The document outlines the National Forests in North Carolina's Wood Disposal Zones, categorizing them into three distinct areas: Cheoah-Tusquittee Zone, Nantahala-Pisgah Zone, and Eastern Pisgah Zone. It also includes key geographical markers such as Marble, Murphy, Waynesville, and Rutherfordton, likely indicating locations within or near these zones. This categorization suggests a system for managing wood disposal or related forestry activities within these specified regions, potentially for federal government RFPs related to timber, forest management, or environmental services.
    This government solicitation (12444125R0013) outlines a Request for Proposal (RFP) for wood disposal services across three zones (Cheoah Tusquitee, Nantahala Pisgah, and Eastern Pisgah) for a base year and four optional years. The Schedule of Items (SOI) details "Unloading Operations" for each zone with specific quantities in tons for both the base services and optional line items. Contractors are required to provide pricing for all four option years if they bid on a zone for the base year to be considered responsive. The document provides estimated quantities for each zone and year, with decreasing tonnage over the option years. It includes placeholders for unit price and total amount, indicating it is a pricing schedule for potential bidders.
    This document outlines the intent and structure of a Blanket Purchase Agreement (BPA) for wood disposal services in the National Forests of North Carolina. The solicitation aims to establish single-award, Firm Fixed Price (FFP) BPAs for three zones, with contractors selected based on technical capability, relevant experience, and price reasonableness. These BPAs are agreements, not contracts, allowing either party to terminate with 30-day notice. BPA Calls will be issued by Forest Service Contracting Officers when services are needed, based on pre-priced schedules. Key conditions for issuing calls include satisfactory contractor performance and an active System for Award Management (SAM) account. Each BPA Call has a dollar limit of $1,000,000 unless otherwise agreed upon. Invoices are submitted upon call completion through the Invoice Processing Platform (IPP), with payments made within 30 days. The primary goal of BPAs is to streamline the procurement of repetitive services, reducing administrative costs and facilitating quick service acquisition.
    Attachment 8, titled “Contractor’s Information,” is part of RFP 12444125R0013 and serves as a crucial form for contractors interested in providing wood disposal services. To be eligible for this Blanket Purchase Agreement (BPA), contractors must have an active SAM.gov registration, as mandated by FAR 52.204-7. The form requires essential company details, including the company name, UEI SAM number, point of contact, email address, and both office and cell phone numbers. Furthermore, it allows contractors to specify their preferred service locations by checking applicable zones within the Nantahala and Pisgah National Forests: Zone #1 (western Nantahala), Zone #2 (western Pisgah and eastern Nantahala), and Zone #3 (eastern Pisgah). This attachment streamlines the process for interested parties to submit their information and indicate their operational reach for the specified services.
    Attachment 9 outlines essential Federal Acquisition Regulation (FAR) clauses and certifications for contractors responding to government solicitations. Key requirements include FAR 52.204-24 and 52.204-26, which mandate disclosure regarding the use of covered telecommunications equipment or services, prohibiting contracting with entities using such equipment from specific foreign sources. Contractors must represent whether they provide or use these services and provide detailed disclosures if they do. FAR 52.209-7 requires contractors to report on responsibility matters, including past criminal, civil, or administrative proceedings, especially for contracts exceeding $10,000,000, with information updated in the System for Award Management (SAM). FAR 52.212-3 allows contractors to verify their SAM representations and certifications. FAR 52.222-22 concerns previous contracts and compliance reports related to Equal Opportunity clauses. Additionally, the attachment details comprehensive requirements for the employment of eligible workers under the Migrant and Seasonal Agricultural Workers Protection Act (MSPA) and H-2B visa programs, including certifications, registration requirements for Farm Labor Contractors (FLC), worker protections (PPE, sanitation), employment standards, transportation, and housing regulations. Contractors must complete highlighted sections and return them with their proposals, ensuring compliance with federal regulations and worker safety standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Loading similar opportunities...