R2 Road Maintenance and other Forest Maintenance/Support Services
ID: 1282B125R0003Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC IMWashington, DC, 202500001, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)

Set Aside

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

    The USDA Forest Service is seeking proposals for the R2 Road Maintenance and other Forest Maintenance/Support Services contract, aimed at enhancing infrastructure across its Rocky Mountain Region, which includes 17 national forests and 7 national grasslands. The procurement involves a range of maintenance tasks such as roadway upkeep, snow removal, drainage structure repairs, and vegetative clearing, with the goal of ensuring safe and accessible forest roads while adhering to federal standards. This initiative reflects the government's commitment to maintaining critical infrastructure and engaging qualified contractors for essential services, with proposals due by January 27, 2025, at 3:00 PM Mountain Time. Interested contractors can reach out to Traci Jackson at traci.jackson@usda.gov for further information and clarification.

    Point(s) of Contact
    JESSICA LYN H. RASMUSSEN
    JESSICA.RASMUSSEN@USDA.GOV
    Files
    Title
    Posted
    The USDA Forest Service is seeking proposals for a contract to provide road maintenance and support services throughout its Rocky Mountain Region (Region 2), which encompasses 17 national forests and 7 national grasslands. The Request for Proposal (RFP) aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract that allows for quick responses to diverse maintenance needs across this expansive area. The contract will include a two-year base period with three optional one-year extensions, focusing on tasks such as roadway maintenance, drainage structure repairs, vegetative clearing, and traffic control device maintenance. Interested contractors must submit pricing for various services outlined in an attached schedule and demonstrate their capability to operate in the designated Administrative Units. The government anticipates awarding multiple contracts to ensure flexibility and efficiency in service delivery while adhering to safety standards and service contract regulations. Overall, this initiative underscores the agency's commitment to preserving the integrity of national forest infrastructure while engaging qualified contractors for essential maintenance tasks.
    The government document outlines responses to inquiries regarding a Task Order Contracting solicitation for forestry and grassland maintenance work. It clarifies that contractors can choose their operational units, and specifies responsibilities concerning road maintenance, permit acquisition, and coordination with utility and local officials. Notably, the participation clause for special consideration planning will be removed in a future amendment. The document addresses past performance requirements, stating that contractors do not need to submit past performance questionnaires for experience-related contracts outside those proposed. It also discusses the Independent Government Estimate (IGE), defining it as the government's projected cost for contract performance. Moreover, it states that companies with limited past performance can rely on information regarding predecessor companies or key personnel. Several key insights from an informational call are highlighted, including instructions for submitting questionnaires and clarifications on bonding requirements and project narratives. The response also indicates that if a contractor chooses not to submit on a Task Order, an explanation is sufficient, but detailed business disclosures are not mandated. Overall, the document serves to clarify the solicitation scope and requirements for potential contractors in this federal procurement process.
    The document outlines a Request for Proposal (RFP) for road maintenance and support services within various National Forest Administrative Units in the R2 region. It includes schedules of items with Contract Line Item Numbers (CLINs) detailing specific tasks such as flagger operations, maintenance of passenger and high-clearance vehicle roads, and vegetation maintenance, all priced for execution under task orders valued under $100,000. The schedule covers multiple Administrative Units including Big Horn, Black Hills, Grand Mesa, and others, indicating the common tasks each unit will require. The proposal includes base prices along with optional pricing for subsequent contract years. The overarching purpose of this document is to solicit reliable contractors to ensure the upkeep and operational readiness of forest roadways, promoting safety and accessibility throughout these regions. This aligns with federal initiatives to maintain forest infrastructure and ecosystems, reflecting the government's ongoing commitment to environmental management and taxpayer investment in public lands.
    The document outlines the specifications for R2 Road Maintenance and Other Forest Maintenance/Support Services, detailing various maintenance tasks, definitions, performance standards, measurement methods, and payment terms associated with forest service activities. It covers diverse topics including snow removal, surface maintenance, equipment provision, traffic management, and vegetation control. Key tasks include maintaining passenger and high-clearance vehicle roads, managing drainage structures, stabilizing surfaces, and applying vegetative treatments. Each section specifies service requirements, expected performance, and measurement criteria, ensuring adherence to established standards. The document serves as a comprehensive guide for contractors responding to Request for Proposals (RFPs) or federal grants, stipulating contract obligations to enhance forest roadways and associated infrastructure while ensuring environmental safety and regulatory compliance. Overall, it establishes a structured framework for implementing necessary maintenance operations within federal forestry domains.
    The document outlines a solicitation for road maintenance and other support services across various national forests and grasslands. Contractors are invited to identify administrative units where they are willing to perform tasks, particularly emphasizing work valued at or under $100,000. The submission requires a "Schedule of Items for MATOC Parent Contract Proposal" for each identified unit. The listed administrative units include multiple national forests such as Big Horn, Black Hills, and Medicine Bow, among others. For task orders exceeding $100,000, bids will be solicited from all MATOC contractors, while those below this threshold will be priced according to the identified schedules. Overall, the aim is to facilitate the efficient management of maintenance and support services within specified forest areas, adhering to budgetary constraints and ensuring streamlined contractor engagement.
    The document outlines a Request for Proposals (RFP) concerning road maintenance and other forest maintenance services by the federal government. It specifies a range of tasks including snow removal, excavation, equipment provision, road surface maintenance, and culvert management. Each task describes the item, quantity, unit of measure, unit price, and the total amount expected to be determined by task orders issued under a managed contract. Key operations mentioned include single and double lane snow removal, various excavation equipment rentals, and surface patching methods. The document also directs potential contractors to respond to task orders valued under $100,000, providing flexibility for specific project requirements. It emphasizes maintaining road safety and accessibility while ensuring compliance with federal standards for forest management support services. Overall, the RFP reflects the government’s commitment to facilitating high-quality maintenance of critical infrastructure while engaging local or state vendors.
    The document outlines a request for proposals (RFP) regarding the maintenance of transportation and forest service roads, focusing on snow removal and various maintenance and support services. It details a comprehensive list of services to be rendered, including snow removal operations for single and double lanes, equipment furnishing (excavators, backhoes, graders, etc.), and specific maintenance tasks such as pothole patching, vegetation management, and culvert cleaning. Each service can be requested on a task order basis, allowing flexibility in contracting based on needs. The document further includes a section for project requests, where task order project values exceeding $100,000 are itemized, including road maintenance specifications and aggregate supply information. It emphasizes the need for meticulous management of tasks and equipment in maintaining roadways to ensure safety and efficiency. Overall, the purpose of this RFP is to solicit bids for essential road and forest maintenance services that align with federal and state standards, facilitating necessary upkeep while enhancing public safety and infrastructure reliability.
    The Project Equipment Cleaning Verification and Inspection Form documents the cleaning and verification of equipment used in federal or state projects. It details essential information including the contract and project numbers, equipment specifics (make, model, ID), cleaning location, and last operational site. The form validates that all cleaning requirements have been met, ensuring no soil, seeds, or vegetative material remain on the equipment. It captures the signatures of both the contractor representative and the inspecting US Forest Service (USFS) Contracting Officer Representative (COR) to verify compliance. This documentation is a critical component of government contracts, ensuring accountability and adherence to environmental regulations. The form highlights the importance of meticulous equipment maintenance to prevent ecological disruption, supporting the responsible management of federal resources. Overall, it emphasizes adherence to detailed cleaning protocols, fostering transparency and environmental stewardship within government-funded projects.
    The document outlines the Past Performance Questionnaire utilized for evaluating contractors submitting proposals to the United States Forest Service, Region 2, as per Federal Acquisition Regulations (FAR). It serves as a formal request for clients to assess their contractors based on various performance metrics, including quality, timeliness, cost management, and safety. The form requires contractors to fill in their details, project specifics, and a summary of work performed, which the client will then evaluate using designated performance ratings ranging from "Outstanding" to "Unsatisfactory." Client input is confidential, with final evaluations impacting the contractor's proposal assessment. The questionnaire's structure includes sections for overall contractor performance ratings and specific areas of evaluation, emphasizing the importance of detailed and honest feedback in the procurement process. This documentation is crucial for ensuring that the government makes informed decisions regarding contractor capabilities when awarding federal contracts.
    The government is issuing a solicitation for R2 Road Maintenance and other Forest Maintenance/Support Services, identified by Notice ID 1282B125R0003. The solicitation has been officially posted on SAM.gov, where interested contractors can access it. An informational session will be held on December 19, 2024, from 1:00 PM to 3:00 PM Mountain Time, allowing contractors to ask questions. Questions must be submitted prior to the session by December 18, 2024, by 2:00 PM Mountain Time to a specified email address. Attendees can join via Microsoft Teams or by phone using the provided meeting ID and passcode. This effort aligns with federal initiatives to maintain forest infrastructure and support ecological services through community engagement and contractor participation.
    The document is an amendment to a solicitation issued by the USDA Forest Service under the IIJA. Its primary purpose is to update specific terms and conditions of the original solicitation identified by number 1282B125R0003. Key updates include revisions to FAR 52.216-19 regarding order limitations, clarification in the pricing submission requirements, and changes to the experience and past performance documentation submissions. The amendment also relocates representations and certifications from Section F to Section E. Additionally, information associated with the solicitation has now been made accessible on the SAM.gov platform. The amendment underscores the importance of acknowledging receipt to avoid offer rejections and provides necessary procedures for offer modifications. Collectively, these updates aim to refine the solicitation process and ensure compliance with federal requirements, contributing to the successful procurement and execution of contracts.
    The document comprises an amendment related to the solicitation for the Region 2 Road Maintenance and other Forest Maintenance and Support Services by the USDA Forest Service. It addresses questions and clarifications regarding pricing and submission requirements for contractors involved in the bid process. Key points include that contractors must acknowledge receipt of amendments and can modify their offers prior to the specified date. Pricing must be provided for at least one item in the Schedule of Items, but contractors can submit pricing for multiple locations if willing. It emphasizes the importance of providing clear pricing and outlines the specifications required for certain work items through attachments to ensure accurate contractor bidding. The amendment maintains the original solicitation's terms while clarifying submission procedures and pricing obligations, with a due date of 01/13/2025 at 1500 MT remaining unchanged.
    This document serves as an amendment to the solicitation for Region 2 Road Maintenance and other Forest Maintenance and Support Services by the USDA Forest Service. The amendment modifies the due date for proposal submissions to January 27, 2025, at 3:00 PM Mountain Time. Additionally, it provides instructions for acknowledging the amendment and outlines the necessary submissions, including experience, capabilities, past performance documentation, and signed amendments. The Forest Service is hosting a second informational session on January 22, 2025, at 2:00 PM MT, which contractors can attend virtually via Microsoft Teams. This amendment maintains all other terms and conditions as previously stated, highlighting the government’s efforts to facilitate a clear and organized procurement process for the required services.
    The document is an amendment to solicitation number 1282B125R0003 issued by the USDA Forest Service concerning the Region 2 Road Maintenance and other Forest Maintenance and Support Services. It updates interested contractors on the addition of Q&A responses from an informational call held on January 22, 2025. The due date for proposals remains unchanged. Key points from the Q&A address concerns about past performance questionnaire submissions, proposal submission protocols, pricing for task orders, and attachment requirements for the submission. Contractors are instructed to submit proposals via email to a designated USDA address, ensuring they include six specified attachments, such as experience and capabilities, geographic familiarity, past performance, and pricing documents. Emphasis is placed on verifying receipt of the submitted proposals, indicating the importance of following the stipulated submission instructions for a successful response to the solicitation. The amendment ensures that all other terms and conditions of the previously issued solicitation remain in effect.
    The document outlines the details of a solicitation for R2 Road Maintenance and other Forest Maintenance/Support Services, identified by Notice ID 1282B125R0003. The government is hosting an informational session on December 19, 2024, from 1300 to 1500 Mountain Time for interested contractors, encouraging them to submit initial questions by 1400 Mountain Time on December 18, 2024. The solicitation aims to facilitate communication between the government and potential contractors regarding the requirements and expectations for the maintenance services. Participants can join the meeting via Microsoft Teams, with provided access details and dial-in information for phone participation. The session is intended to clarify the scope of the work and address contractor inquiries, ultimately supporting the government's objective of maintaining forest infrastructure effectively.
    Similar Opportunities
    127EAW25R0009 - West Camino Cielo Road Repairs
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals for road repairs on West Camino Cielo Road in Santa Barbara County, California. The project entails pothole patching and chip sealing over a distance of 6.72 miles on an existing chip sealed road, with an estimated project cost ranging from $1,000,000 to $2,000,000. This procurement is crucial for maintaining the integrity of transportation infrastructure, and it is set aside for small businesses under the SBA guidelines. Interested contractors must be SAM certified and can expect the Request for Proposal (RFP) to be available on SAM.gov around March 14, 2025. For inquiries, potential bidders should contact Gregory Cunningham at gregory.cunningham@usda.gov.
    Forest Service - Vista BAER Road Treatment
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Vista BAER Road Treatment project in the San Bernardino National Forest, California. The procurement involves essential road maintenance tasks, including the installation of hazard signs, gates, rock boulder barricades, and restoration of drainage functions, aimed at mitigating post-wildfire hazards. This initiative is critical for ensuring public safety and environmental restoration following wildfire events, with a focus on compliance with federal regulations and safety protocols. Interested small businesses, particularly those that are service-disabled veteran-owned or economically disadvantaged, must submit their proposals by email, detailing pricing and technical plans, with the project expected to commence in Spring 2025 and complete within 60 days of the Notice to Proceed. For inquiries, contact Tanya Torres at tanya.torres@usda.gov.
    Willamette NF Detroit RD Snow and Tree Removal
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide snow and tree removal services in the Detroit Ranger District of the Willamette National Forest, Oregon. The procurement aims to clear designated roads of snow and debris to maintain road functionality and support environmental protection efforts, with a performance timeframe set from March 24 to April 18, 2025. This initiative is crucial for facilitating reforestation activities and ensuring accessibility for both passenger and high-clearance vehicles, aligning with broader ecological restoration goals. Interested contractors must submit their quotations by March 19, 2025, and can contact Jared D Machgan at jared.machgan@usda.gov or 458-212-6064 for further information.
    New Mexico Forest Engineering and Road Maintenance (FERM)
    Buyer not available
    Solicitation from the AGRICULTURE, DEPARTMENT OF for New Mexico Forest Engineering and Road Maintenance (FERM). This solicitation is for road maintenance and construction work to be performed within the New Mexico National Forest area composed of the Carson, Cibola, Gila, Lincoln, Santa Fe, and Kiowa Forests. The solicitation may include service, construction, emergency work, and potential for other complex work requirements. See Attachments for more information.
    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.
    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.
    San Dimas Landscape Maintenance
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified small businesses to provide landscape maintenance services at the San Dimas Technology and Development Center in California. The procurement encompasses approximately 70,000 square feet of irrigated grounds and additional gravel areas, requiring routine maintenance, minor sprinkler repairs, and palm tree removals over a five-year period. This contract is vital for maintaining a clean and well-kept environment in accordance with federal standards, with proposals due by March 10, 2025, at 1:00 PM EST. Interested vendors must contact Erik Fallo at erik.fallo@usda.gov or Nathan Heikkinen at nathan.heikkinen@usda.gov for further details and must be registered in the System for Award Management to be eligible for consideration.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    GMF Reforestation Tree Planting
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GMF Reforestation Tree Planting project within the Green Mountain National Forest in Vermont. This initiative aims to engage contractors for the planting of approximately 15,500 government-furnished seedlings across 45.7 acres, with a focus on enhancing forest ecosystems and promoting sustainable land management practices. The contract period is set from April 14, 2025, to May 22, 2025, with a bid submission deadline of February 20, 2025. Interested contractors should direct inquiries to Michael Simpson at michael.simpson@usda.gov, and proposals must comply with federal labor standards and safety regulations.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting offers for multiple Blanket Purchase Agreements (BPA) for National Type 2 firefighter crews as part of the 2025 Annual Review. The procurement aims to secure commercially available Type 2 qualified wildfire crews to assist with fire suppression and various emergency activities across the United States. This contract is crucial for ensuring effective firefighting services and resource management during wildfire incidents, with a five-year term and annual reviews planned. Interested parties must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.