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
    New Mexico Forest Engineering and Road Maintenance (FERM)
    Agriculture, Department Of
    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.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    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
    Agriculture, Department Of
    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.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contract, designated as 1284LM26Q0005, requires services to be performed within 24 hours of notification when snow accumulates to 6-8 inches, ensuring that no snow berms obstruct access to buildings or walkways. This procurement is crucial for maintaining access to remote cabins during winter months, supporting public land use and recreation in the area. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and direct any questions to Sarah Cotton at sarah.cotton@usda.gov by December 31, 2025.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    Bitterroot Front 10 Year G-Z IRSC
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the reconditioning and resurfacing of approximately 4.00 miles of FSR 535 and the replacement of six culverts on FSR 535 and FSR 536 in the Coconino National Forest near Flagstaff, Arizona. The project aims to enhance road conditions and infrastructure, which is vital for maintaining access and safety within the national forest. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested parties can contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.