BCLH Stewardship IRSC Phase 3
ID: 12363N25R4003Type: 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, 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.

    Point(s) of Contact
    Karen Ruklic, Contract Specialist
    (208) 702-3519
    karen.ruklic@usda.gov
    Files
    Title
    Posted
    The document pertains to the Willamette National Forest and presents various phases of the BCLH IRSC (Interagency Resource System Coordination) project as detailed by the United States Department of Agriculture Forest Service. The project is segmented into three phases—each identified with specific maps and road designations—focused on resource management within the Detroit Ranger District. Key information outlines the project’s structure, indicating road classifications across phases 1, 2, and 3, with maps showcasing the interconnectivity of the various National Forest Service Roads (NFSRs) involved. Each phase has designated roads crucial for access and resource management, and a uniform project designer, Daniel Matthews, is noted across all documentation. This project underscores the USDA's commitment to maintaining and enhancing forest infrastructure while ensuring alignment with federal and local RFPs, grants, and overall environmental stewardship. The systematic approach simplifies oversight and execution of the project through clear documentation and visualization of planned improvements within the national forest area.
    The BCLH IRSC project requires contractors seeking access to its treatment units within a Forest Closure area to follow a specific protocol for obtaining a road use permit. Contractors must notify key personnel—Heidi Andersen, Brett Blundon, and Darrin Neff—by email at least two working days in advance, especially considering the holiday season. Upon notification, a road use permit and risk assessment will be provided, which must be completed and returned to the Forest Service. The Ranger will then approve these documents and send them back to the contractor, including access codes. The permit will be valid throughout the solicitation period and must be carried at all times during access to avoid citations, as the Marion County Sheriff's department conducts patrols. This process ensures authorized entry and safety during the project while maintaining compliance with regulatory requirements.
    The document provides detailed specifications for the installation of various types of culverts as part of infrastructure projects managed by the USDA Forest Service, specifically for the Willamette National Forest's Detroit Ranger District. It describes three types of culverts, emphasizing installation requirements, dimensions, materials, and construction methods, including necessary excavation and compaction standards. Significantly, all installations must maintain a minimum cover over the culvert and adhere to specified drainage and erosion control measures. Additional details cover installation nuances such as the use of helical corrugated lock seam on culvert inlets and outlets, along with guidelines for catch basins, dissipaters, and spillway assemblies. High importance is placed on stability and compliance with federal guidelines to ensure environmental protection and functionality. This document serves as a technical reference for contractors responding to government RFPs, ensuring that their proposals align with the expected engineering standards and environmental safeguards prior to bidding on related projects.
    The BCLH IRSC Appendix A Phase 3 outlines a project to mitigate hazardous fuel risks in the Willamette National Forest following the 2020 wildfires. The primary aim is to restore access through the affected road system by removing fire-killed trees, reducing roadside fuel accumulation, and carrying out necessary road maintenance and reconstruction. Key activities include cutting and removing fire-killed timber within 100 feet of roads, managing non-commercial hazard trees, and treating small fuels within 30 feet of roads. Special Measure Areas necessitate specific protection for wildlife and cultural resources. The document details compliance standards, inspection procedures, and contractor responsibilities, ensuring operations adhere to environmental regulations. It highlights a clear framework for evaluating the quality of work, with stringent acceptance criteria that dictate payment based on adherence to contract specifications. This project emphasizes forest health restoration and safety enhancements to maximize future accessibility and mitigate wildfire risks.
    The BCLH IRSC Appendix B Phase 3 outlines the specifications for a scaled stewardship contract focused on timber removal within the Willamette National Forest's Detroit Ranger District. The document describes the contract area, timber specifications (including types and conditions of timber), payment rates, and operational procedures. The contract area spans 1,843 acres in Marion County, Oregon, with detailed mapping of timber cut units and roads. Timber classifications include standard, substandard, damaged, construction timber, with guidelines for utilization and removal. Payment rates are established based on current contract rates, detailing circumstances for different payment scenarios for various timber types, including penalties for negligence. Operational guidelines emphasize safety, logging conduct, and maintenance of transportation facilities. The document underscores accountability in scaling processes and outlines responsibilities for waste disposal and erosion control, alongside other ecological safeguards. This comprehensive contract framework ensures environmentally sound timber management while outlining financial, operational, and liability parameters for contractors. The intent is to facilitate sustainable forest stewardship aligned with government guidelines, reflecting the government's commitment to responsible environmental practices in land management.
    The document discusses the limitations and disclaimers associated with geospatial data provided by various federal and state agencies, including USDA Forest Service, Esri, NASA, and FEMA. It clearly states that the data is not guaranteed for accuracy, reliability, or completeness and should not be relied upon for legal determinations such as property title, ownership, or boundaries. The document also warns users of the potential risks associated with using these data, emphasizing the need for due caution regarding natural hazards. Additionally, it notes that the geospatial data is subject to change over time, placing the responsibility for verification on users. The overall purpose of the document is to inform users of the risks inherent in utilizing these geospatial data for decision-making, particularly in the context of federal RFPs and grants where precise data is crucial.
    The BCLH IRSC Supplemental Specifications document outlines requirements and guidelines for construction projects under the jurisdiction of the U.S. Forest Service. The primary focus is on defining terms, procedures for bidding, execution of contracts, and the scope of work, particularly in relation to national forest roads. Key sections cover the control of work and materials, ensuring compliance with health and safety regulations, and management of public traffic during construction. Significant modifications include the deletion and replacement of various subsections that streamline processes and emphasize environmentally responsible practices, such as the requirement for weed-free materials. Acceptance of work is strictly regulated, with detailed criteria for measurements and payment to ensure quality and conformity to standards. The document also emphasizes traffic control and erosion management during project execution. Overall, these supplemental specifications aim to maintain high construction standards while balancing ecological preservation and public safety within national forest areas, guiding contractors through federal requirements and promoting efficient project execution.
    The document does not contain any substantial content or identifiable information to summarize. It appears to be filled with repeated symbols and formatting errors, making it impossible to extract any key points or determine a clear purpose related to government Requests for Proposals (RFPs), federal grants, or state and local RFPs. As such, it lacks the necessary context and details typically found in governmental files. A proper summary cannot be generated without any coherent information or structure in the provided text.
    The document provides a comprehensive breakdown of burn severity across various phases and units, detailing the total acres affected and their categorized severity levels—specifically, low (0-25%), moderate (26-50%), and high (51-100%). It covers three distinct phases, each listing the total acres for both mandatory and optional units, reflecting their conditions post-burn. Phase 1 totals 1100.4 acres with 188.1 acres in low severity, Phase 2 1076.3 acres with 236.5 acres low, and Phase 3 1025.8 acres with 107.3 acres low. Moreover, the document highlights the acres affected along roadways, emphasizing which areas are mandatory versus optional for remediation efforts. This analysis is vital for planning forest management, habitat restoration, and informing future federal and state funding initiatives. The data serves as a crucial resource for understanding the impact of wildfire events and guiding recovery efforts, demonstrating the government's approach to environmental management in areas affected by fire.
    The BCLH IRSC Phase 3 contract outlines specific road maintenance requirements for timber sales in the Pacific Northwest. The document specifies procedures for prehaul, during haul, and post haul maintenance across various road segments, identified by unique road numbers and distances. Essential maintenance tasks include blading, surfacing, providing drainage, cutting vegetation, and maintaining access for high clearance vehicles. Each task includes detailed guidelines on necessary procedures, materials to be used, and timing for completion, ensuring roads remain functional and safe for vehicular use. The specifications stipulate the prevention of invasive plant species and highlight the need for thorough documentation of material quality. The contract emphasizes maintaining drainage structures, smoothing the traveled way, and addressing erosion and vegetation concerns. Clear instructions for compliance with government standards are mandated to avoid road damage during operations. Overall, this document serves as a comprehensive guide for contractors to uphold road safety and environmental standards throughout timber sales operations, reflecting the federal government's commitment to sustainable forest management and infrastructural integrity.
    This document outlines a comprehensive inventory of land units categorized by slope and size, indicating whether they are mandatory or optional for specific phases of a government project. The data lists unique identifiers for units, the number of acres, their classification based on slope (below or above 30%), and associated details such as phase numbers and reference codes. There are notable distinctions between land units that are mandatory compared to those that are optional, particularly in terms of total acreage. The analysis spans three phases, illustrating significant variations in total acreage across different slope categories and types of requirements. This inventory serves as a critical reference for stakeholders involved in federal and state/local RFPs and grants, facilitating informed decision-making regarding land management and project planning as part of broader governmental initiatives. It underscores the interconnectedness of environmental considerations and federal policy adherence in land use efforts.
    The BCLH Stewardship IRSC Phase 3 project aims to mitigate hazards and restore access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The initiative entails cutting and removing fire-killed timber within 100 feet of roads, felling hazard trees, and conducting small fuels treatment to reduce fire risks. Essential road maintenance and reconstruction will also take place to ensure safe access. The project includes mandatory and optional work activities, requiring bidders to provide cost data for logging and roadwork while adhering to quality and sustainability standards. The total estimated cost for both mandatory and optional items is between $1 million and $5 million. Performance will be governed by federal regulations, including construction wage rates and bonding requirements. All contractors must be registered in the System for Award Management (SAM) and comply with sustainable acquisition practices, prioritizing biobased products. This comprehensive approach underscores the Forest Service's commitment to effective land management while addressing environmental challenges in fire-affected areas.
    The BCLH Phase 1 Stewardship IRSC site visit was held on November 4, 2024, to provide contractors with essential information regarding upcoming solicitations intended to remove hazard trees and reconstruct roads following the devastating Beachie Creek and Lionshead fires of 2020. The project consists of three phases with solicitations scheduled from January to May 2025, fostering competition while ensuring manageable contract sizes for effective government oversight. The Integrated Resource Service Contract will involve the removal of deteriorated trees using a scaled timber sale, and not all service work will require bonding. The meeting emphasized the significance of contractor input regarding operations, particularly during wet weather, and plans for stockpiling materials for road reconstruction. The Forest Service also aims to allow mechanized equipment use to enhance safety and efficiency during tree removal. The government intends to promote rural economies while prioritizing safety and environmental standards through small business engagement. Overall, the site visit reinforced collaborative efforts necessary for successful recovery after significant ecological disturbances.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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 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.
    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.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Buyer not available
    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.
    Deschutes NF, BFR-SIS Reforestation, Grubbing, Caging, Netting Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at the Deschutes National Forest, is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) call order for the BFR-SIS Reforestation project. This initiative involves essential services for forest restoration, including conifer tree planting, grubbing of live vegetation around seedlings, and optional installation of protective measures for the seedlings across an area of up to 243 acres. The project is critical for environmental restoration and management within the forested area, adhering to federal guidelines. Interested parties can contact Annie Stanbro at andrea.pollock@usda.gov or by phone at 458-200-5265, with the anticipated award date set for March 25, 2025.
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    Willamette National Forest-Cone Collecting
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at Willamette National Forest, is seeking qualified small businesses for a contract focused on cone collecting activities in Springfield, Oregon. The procurement aims to support forestry operations by gathering cones, which are essential for reforestation and habitat restoration efforts. This opportunity is set aside for total small business participation, emphasizing the importance of engaging local enterprises in environmental conservation initiatives. Interested parties can reach out to Jared D Machgan at jared.machgan@usda.gov or call 458-212-6064 for further details regarding the contract requirements and submission processes.
    OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
    Buyer not available
    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.
    BPA Call Boulder Creek Culvert Removal
    Buyer not available
    The Department of Agriculture, specifically the Rogue River-Siskiyou National Forest, is seeking qualified contractors for the Boulder Creek Culvert Removal project. This procurement aims to address environmental and infrastructure needs by removing existing culverts that may hinder water flow and wildlife movement. The successful contractor will play a crucial role in enhancing the ecological health of the area, which is vital for local ecosystems and community safety. Interested parties should contact Jared Machgan at jared.machgan@usda.gov or call 458-212-6064 for further details, noting that this opportunity is set aside for small businesses under the SBA guidelines.
    F--CONE COLLECTION HSO & TSO 2025
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting proposals for cone collection services at the Walter Horning Seed Orchard and the Travis Tyrrell Seed Orchard in Oregon, under the RFQ number 140L0625Q0015. Contractors will be responsible for activities such as bagging, transporting, and handling cones to support seed collection for reforestation efforts, with a performance period from August 1, 2025, to November 30, 2025, for Horning and until October 10, 2025, for Tyrrell. This initiative is crucial for sustainable forestry practices and ecological conservation, emphasizing environmental responsibility and adherence to operational procedures. Interested contractors must submit their quotes by March 13, 2025, and can contact Madisyn Falls at mfalls@blm.gov or 303-236-9471 for further information.