Tipsaw-Saddle Mowing
ID: 12363N25Q4014Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICECOEUR D ALENE, ID, 83815, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 28, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 10:30 PM UTC
Description

The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the "Tipsaw-Saddle Mowing" project, aimed at maintaining early successional habitats across approximately 48.5 acres within the Hoosier National Forest in Indiana. The primary objective is to mechanically mow unwanted woody vegetation with a diameter of 3 inches or less, utilizing GPS technology to adhere to designated boundaries and access routes. This project is critical for wildlife management and environmental conservation, ensuring the health of various forest habitats. Contractors must submit their quotations by January 31, 2023, and work is scheduled to commence on July 1, 2025, concluding by November 30, 2025. For further inquiries, interested parties can contact Darren Zychek at darren.zychek@usda.gov or Steven Harriss at steve.harriss@usda.gov.

Point(s) of Contact
Files
Title
Posted
Jan 28, 2025, 11:06 PM UTC
This document serves as Amendment #001 to the solicitation for Tipsaw-Saddle Mowing, issued by the National Stewardship IRSC PPS, effective January 28, 2025. The amendment is intended to address an issue with the initial posting of the solicitation dated January 17, 2025, where the full requirement did not upload correctly. As a result, the base solicitation is now provided to ensure proper communication of the requirements. Importantly, no extension of time for submissions will be granted due to this amendment. The work described is categorized as a standard commercial item service. Contractors are instructed to acknowledge receipt of this amendment before the specified deadline to prevent the rejection of their offers. Overall, the amendment facilitates clarity regarding the solicitation process and maintains compliance with federal procurement protocol.
Jan 28, 2025, 11:06 PM UTC
The document outlines the solicitation for the "Tipsaw-Saddle Mowing" project under Solicitation #: 12363N25Q4014 from the Hoosier National Forest. It specifies the requirements for quoters, who must be registered in the System for Award Management (SAM) and provide detailed quotations including technical descriptions, pricing, past performance references, and work plans. The solicitation emphasizes the importance of qualifications, experience with similar projects, adherence to guidelines, and the ability to manage scheduling challenges, particularly concerning weather conditions. Additionally, it highlights the need to comply with various forms and certifications. Quotations must be submitted by January 31, 2023, and may be sent via email considering ongoing adjustments related to COVID-19. The document stresses the government's intent to evaluate proposals based on technical merit and price, with potential negotiations following the initial evaluation. Overall, it serves to ensure a competitive bidding process for the mowing contract while outlining strict compliance and documentation standards required from interested contractors.
Jan 28, 2025, 11:06 PM UTC
The document outlines the "Offeror Representations and Certifications" as mandated by the Federal Acquisition Regulation (FAR) 52.212-3 for commercial items. It serves to establish the compliance requirements for contractors participating in federal contracts, particularly regarding their business certifications and legal obligations. Key definitions clarify terms related to business classification, such as small business, veteran-owned, and women-owned classifications, and stipulate the requirements for certification related to child labor, environmental impact, and tax liabilities. The document also requires offerors to submit specific representations about their business operations, compliance with federal laws, and any affiliations that may affect their eligibility. The certifications must be updated in the System for Award Management (SAM) and verify that all information is accurate at the time of submission. This provision is significant in the context of government RFPs, federal grants, and state/local contracts as it ensures transparency, accountability, and adherence to legal frameworks intended to protect government interests and promote equitable business practices. Overall, the form promotes integrity among offerors while facilitating the procurement process.
Jan 28, 2025, 11:06 PM UTC
The Experience Questionnaire is a form utilized in government Requests for Proposals (RFPs) and grants, aimed at assessing a contractor's qualifications for specific work projects. It gathers essential details, including the contractor's name, type of business, and years of relevant experience as both a prime and subcontractor. The form requires contractors to list similar projects completed within the past three years, current contract commitments, and any previous issues with contract fulfillment. Information is also requested about the organizational structure, employee commitments, and equipment available for the project. Additionally, contractors must provide details on relevant experience of key personnel and any specialized skills, such as GPS and shapefile expertise. A work plan description is also required, emphasizing the contractor’s ability to successfully execute the project. The questionnaire concludes with a certification statement, ensuring the accuracy of provided information and authorizing reference checks. This structured approach facilitates comprehensive evaluation of contractors’ capabilities to perform the requested services while ensuring transparency and accountability in government contracting processes.
Jan 28, 2025, 11:06 PM UTC
Jan 28, 2025, 11:06 PM UTC
Jan 28, 2025, 11:06 PM UTC
The government document outlines a Request for Quotations (RFQ) for mowing services at Hoosier National Forest in Perry County, Indiana, as identified by Solicitation Number 12363N25Q4014. The primary objective is vegetative management to maintain early successional habitats across approximately 48.5 acres. The base contract covers 39.8 acres, with an optional extension for an additional 8.7 acres, subject to funding availability. The contractor must provide all necessary labor, equipment, and compliance with environmental standards, including using low ground pressure machinery and protecting designated trees. Technical requirements include clear access routes, the use of GPS for boundary adherence, and thorough cleaning of machinery to prevent invasive species spread. Performance quality checks will be conducted post-mowing, with invoicing contingent on passing inspections. The scope of work is set for July 1 to November 30, 2025. The document emphasizes adherence to federal regulations, contractor accountability for any damages, and representation to protect the government's interests. This solicitation reflects the federal commitment to sustainable forestry management and serves as a guideline for potential contractors to submit competitive and compliant offers.
Jan 28, 2025, 11:06 PM UTC
Jan 28, 2025, 11:06 PM UTC
The document appears to be part of government procurement files related to federal grants and requests for proposals (RFPs). It contains preliminary information regarding various projects aimed at securing funding for community development and infrastructure improvements. The main topic includes the solicitation of proposals from potential contractors and service providers to enhance infrastructure, improve efficiency, and promote economic growth within specific communities. Key ideas emphasize the importance of compliance with federal regulations, local guidelines, and the expectation for proposals to detail methodologies, cost estimates, and timelines accurately. Supportive details may include criteria for selection, the evaluation process, and potential funding opportunities, focusing on collaborative efforts between government entities and private sector participants. In summary, this document serves as a facilitative guide for stakeholders in preparing proposals that align with government objectives for expanding infrastructure and community resources while ensuring adherence to regulatory standards. It underscores the need for strategic partnerships and thorough planning to contribute effectively to the stated goals of economic development and public service enhancement.
Lifecycle
Title
Type
Tipsaw-Saddle Mowing
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Mechanical Treatment Brushing on the Chequamegon Nicolet National Forest
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for mechanical treatment and brushing services on the Washburn Ranger District of the Chequamegon-Nicolet National Forest in Wisconsin. The project aims to mechanically remove sub-merchantable trees and shrubs across five designated areas totaling 85 acres, with operations scheduled from August 1 to September 30, 2025, to enhance forest health and biodiversity. This initiative underscores the federal commitment to sustainable land management practices and habitat restoration on public lands. Interested small businesses, including service-disabled veteran-owned and HUBZone companies, should direct inquiries to Debra Derickson at Debra.Derickson@usda.gov, with a total contract value of $11.5 million and proposals due by the specified deadline.
Allegheny National Forest Backpack Foliar Herbicide
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for the application of backpack foliar herbicides on understory vegetation within designated areas of the Allegheny National Forest in Pennsylvania. The primary objective of this procurement is to manage invasive plant species by applying herbicides, specifically Oust XP® and Roundup Custom®, using contractor-supplied spray equipment, while adhering to strict environmental protection guidelines. This initiative is crucial for maintaining ecosystem health and preventing the spread of nonnative species in federal lands. The contract, valued at $11.5 million, has a performance period from July 1, 2025, to September 15, 2025, with proposals due by a specified deadline. Interested parties should direct technical inquiries to Ashley Stoltzfus at ashley.stoltzfus@usda.gov.
Invasive Species Control
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for an indefinite delivery/indefinite quantity requirements contract focused on invasive species control at the Naval Support Activity (NSA) Crane in Indiana. The contract entails multiple task orders aimed at managing and treating various invasive species infestations, including but not limited to Wisteria, Kudzu, and Garlic Mustard, with all contractor personnel required to hold appropriate pesticide application certifications and licenses from the State of Indiana. This initiative is crucial for maintaining ecological balance and preventing the spread of harmful species, with a total estimated contract value not to exceed $5 million over a potential five-year period, including a 12-month base period and four 12-month option periods. Interested contractors can reach out to Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or by phone at 812-854-2673 for further details.
F--Mechanical Treatments, Hobe Sound NWR, FL
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide mechanical treatments at the Hobe Sound National Wildlife Refuge in Florida. The primary objective of this procurement is to conduct vegetation management over approximately 88 acres, enhancing habitat for native wildlife, particularly the Florida scrub-jay, while adhering to environmental regulations. This project is crucial for maintaining biodiversity and reducing wildfire hazards in scrub habitats. Interested contractors must submit their quotes by April 4, 2025, with a total contract value of approximately $11.5 million, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov.
F--Aerial Invasive Species Spraying, NJ-EBF NWR
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors for a federal contract focused on aerial invasive species spraying at the Edwin B. Forsythe National Wildlife Refuge in New Jersey. The primary objective is to control and eradicate invasive plant species, specifically common reed and Sericea lespedeza, through the application of herbicides during the active growth season from July 15 to September 27, 2025. This initiative is crucial for promoting biodiversity and maintaining ecosystem health within the refuge, highlighting the government's commitment to effective land management practices. Interested small businesses must submit their quotes by April 3, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
S--MD-FWS ESTRN NECK NWR-MOWING/LANDSCAPING
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for landscaping services at the Eastern Neck National Wildlife Refuge in Maryland. The procurement involves regular mowing and trimming to maintain grass height below three inches from April to November, with a total contract value of $9.5 million and options for renewal over four additional years. This contract is crucial for maintaining the aesthetics and environmental integrity of the refuge, ensuring compliance with federal standards while promoting participation from small businesses, particularly those classified as Indian Small Business Economic Enterprises (ISBEE). Interested bidders must submit their quotations by April 8, 2025, following a site visit on April 1, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
Allegheny National Forest Tree Planting
Buyer not available
The U.S. Department of Agriculture, through the Forest Service, is seeking proposals for a contract focused on tree planting services within the Bradford Ranger District of the Allegheny National Forest. The contractor will be responsible for planting government-furnished tree seedlings, shrubs, and saplings, as well as installing protective shelters and fences using government-supplied materials. This initiative is part of the federal commitment to environmental stewardship and sustainable forestry practices, emphasizing the importance of reforestation efforts in maintaining the ecological health of national forests. Interested contractors must submit their proposals by March 28, 2025, with a performance period running from April 16, 2025, to June 1, 2025. For technical inquiries, contact Ashley Stoltzfus at ashley.stoltzfus@usda.gov by April 7, 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.
Region 01 Tree Planting Services
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking small businesses to provide tree planting services under an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Region 01, with an estimated total award amount of $30 million. The primary objective of this procurement is to reforest areas affected by disturbances such as fire or insect infestations, thereby supporting the Forest Service and Bureau of Land Management's mission to maintain healthy forested lands. This initiative is crucial for ensuring the survival of newly planted trees and achieving successful reforestation in designated forests, including those in Montana and Idaho. Interested contractors must respond to the Sources Sought Notice by April 10, 2025, and be registered in the System for Award Management (SAM), with the formal solicitation expected to be released around July or August 2025. For further inquiries, interested parties can contact Gilbert Chonje at gilbert.chonje@usda.gov or by phone at 931-378-8014.
Tofte Bable Cut and Pile
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the Tofte Bable Cut and Pile project in Lutsen, Minnesota. This procurement involves cutting and piling trees over an area of 48 acres, focusing on both live and dead balsam and white spruce trees, with the contractor responsible for all necessary labor, equipment, and supplies. This initiative is part of the government's commitment to effective forest management and ecological restoration, ensuring sustainable practices while addressing local land use considerations. Interested contractors must submit their quotations by April 9, 2025, and can direct inquiries to Paul Foster at Paul.Foster@usda.gov or Keith Friot at keith.d.friot@usda.gov.