Intermountain Stewardship BPA
ID: 12363N23Q4028Type: Solicitation
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 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.

    Point(s) of Contact
    Matt Daigle, Stewardship Acquisition Program Support Officer
    (605) 415-9057
    matthew.daigle@usda.gov
    Keith Brugger, Stewardship Contracting Specialist
    keith.r.brugger@usda.gov
    Files
    Title
    Posted
    The Intermountain Stewardship Blanket Purchase Agreement (BPA) by the US Forest Service seeks proposals for stewardship projects across several National Forests, including Boise, Payette, and Salmon-Challis. Initial proposals are due by April 12, 2023, and the solicitation is ongoing for the duration of the BPA. Vendors must submit technical and price proposals in PDF format, addressing specific evaluation criteria: Key Personnel, Equipment, Relevant Past Performance, and Community Benefits. Pricing must cover all items listed and be specific to each forest. Proposals will be assessed based on the laid-out criteria, and multiple awards may be issued according to evaluations. Vendors must be registered in the System for Award Management (SAM) to be eligible for awards. Informational meetings will be held for prospective vendors to clarify the proposal process. This BPA is intended to facilitate various stewardship, hazardous fuel, and restoration activities within the National Forests while ensuring that the prices quoted remain valid for future contracts.
    The Intermountain Stewardship BPA outlines a contract for service work aimed at enhancing forest health, mitigating wildfire risks, and supporting local economies through wood resource management across multiple National Forests in Region 4 (ID, NV, UT, WY). The scope includes various activities such as hand cutting, mechanical treatments, road maintenance, and timber removal, defined through numbered items and detailed specifications. Contractors are required to prepare pricing based on hypothetical treatment scenarios, including objectives for reducing fuel loads and controlling tree populations. The document emphasizes compliance with environmental regulations and includes inspection protocols for quality assurance. Key performance metrics specify a minimum quality acceptance level of 90% for most tasks, with stringent consequences for unsatisfactory performance. The summary explains payment terms and the process for addressing any discrepancies in work quality. This initiative is a fundamental aspect of sustainable forest management, which aligns with federal objectives of resource stewardship and wildfire risk reduction.
    The Intermountain Stewardship BPA outlines timber removal specifications for a stewardship contract involving multiple national forests in the ID, NV, UT, and WY regions. Covering 1,000 acres, the contract delineates the utilization standards for included timber, defining categories such as standard, substandard, and damaged timber. It specifies clearcutting units, overstory removal, and individual tree designations, ensuring careful management of forest resources. Rates of payment for timber removal are detailed, including current contract rates, provisions for timber cut mistakenly, and liquidated damages for negligent actions. Operations focus on safety, logging conduct, erosion control, and slash disposal, emphasizing environmentally responsible forestry practices. The document mandates adherence to safety regulations and provides measures for adequately scaling and accounting for timber products. This stewardship contract reflects the government’s commitment to sustainable forest management, facilitating timber utilization while protecting forest ecosystems and maintaining compliance with federal regulations. The comprehensive guidelines and specifications aim to foster effective partnerships between contractors and the Forest Service, ensuring both operational success and environmental stewardship.
    The Intermountain Stewardship BPA outlines the specifications for timber removal from designated areas across multiple national forests in Regions 4, specifically Idaho, Nevada, Utah, and Wyoming. It details the contract area and its mapping, timber specifications including definitions of standard, substandard, damaged, and other timber types. The document specifies the utilization and removal criteria, payment rates for timber, and operational requirements. Key operational aspects cover safety, logging conduct, erosion control, and slash disposal. Additionally, the clauses include provisions for timber accountability and identification for compliance with federal standards. The document is structured in a systematic manner with numbered sections, providing clarity on contractor obligations and expectations regarding the management and ecological sustainability of national forest resources. It highlights the importance of adhering to specified guidelines to promote responsible timber harvesting while ensuring environmental protection and recovery practices during forestry operations.
    The Intermountain Stewardship BPA outlines road maintenance requirements for contractors working on National Forest Service roads across Idaho, Nevada, Utah, and Wyoming. This document provides detailed specifications for pre-haul, during-haul, and post-haul maintenance activities, including slide and slump repairs, ditch cleaning, surface blading, and more. Key responsibilities and performance metrics for contractors are laid out, with an emphasis on maintaining safe and navigable road conditions without additional compensation from the Forest Service. Specific tasks include drainage management, vegetation control, and the application of surface treatments such as dust abatement. These regulations are crucial for ensuring the sustainability and operational efficiency of the roadways within multiple national forests, aligning with federal guidelines for resource management. By detailing the technical specifications and maintenance protocols, the document guarantees that contractors are aware of their obligations and the standards required for road maintenance projects funded through government RFPs and grants.
    The document outlines a federal government initiative focusing on the proposal requests (RFPs) for various grants and funding opportunities. It serves as a comprehensive guide to understanding the criteria and expectations set forth for applicants seeking financial assistance from federal and state programs. The main topics include eligibility requirements, submission guidelines, evaluation criteria, and funding priorities. Supporting details elaborate on the types of projects eligible for funding, emphasizing community impact, sustainability, and innovation. The document is structured to facilitate clear understanding, with distinct sections that detail the application process timeline and recommend resources for potential applicants, including templates and examples of successful proposals. Overall, the purpose of this document is to streamline the application process and enhance transparency, thereby increasing participation and ensuring that only high-quality proposals are submitted. This initiative reflects the government's commitment to economic development and community improvement through strategic investment in diverse programs.
    The document is a corrupted and unreadable text file that lacks coherent content or structure necessary for analysis. It appears to contain artifacts of data with possible encrypted or encoded information. Due to its fragmented nature and garbled characters, it is not possible to discern a clear main topic, key ideas, or supporting details. Consequently, this file may require decryption or extraction via specific software tools. Without additional context or a deciphering key, it does not directly relate to federal RFPs, grants, or proposals. Thus, no relevant summary or insights regarding government projects, funding opportunities, or local initiatives can be generated based on the current content. Further investigation or proper formatting is needed to unlock the intended material for analysis.
    The document presents Wage Determination No. 1977-0030 from the U.S. Department of Labor under the Service Contract Act, detailing wage rates for service contracts in Utah, particularly for forestry and land management services. It outlines minimum wage requirements based on Executive Orders 14026 and 13658, indicating $16.20 per hour for contracts after January 30, 2022, and $12.15 for contracts awarded between January 1, 2015, and January 29, 2022, unless higher rates apply. The determination specifies various occupations, their codes, and associated wage rates. Fringe benefits are also mandated, including health and welfare provisions of $4.80 per hour, paid vacations, and paid sick leave under Executive Order 13706. The document provides guidance on the conformance process for any unlisted job classifications under federal contracts, emphasizing compliance rules for ensuring proper wage payments and benefits to employees. This systematic approach aims to uphold minimum wage standards and worker rights in the execution of federal service contracts, aligning with broader labor laws and protections.
    The document outlines various key aspects related to government Requests for Proposals (RFPs), federal grants, and state and local RFPs. It serves as a comprehensive overview, likely intended for entities looking to engage with government funding avenues. The main topics include the procedural framework, eligibility criteria for applicants, and specific funding priorities established by different government levels. Key ideas emphasize the competitive nature of grant applications, the importance of adhering to stipulated guidelines, and the impact of federal regulations on local programs. Supporting details illustrate the necessary qualifications, submission timelines, and documentation required for a successful proposal. The structure suggests a focus on clarity and accessibility, aiming to equip applicants with critical insights into navigating the procurement process effectively. Overall, the document underscores the significance of structured engagement with government funding initiatives, highlighting both opportunities and obligations for potential applicants.
    The document outlines a solicitation for a Blanket Purchase Agreement (BPA) related to various stewardship activities within multiple National Forests in Regions 4 (Idaho, Nevada, Utah, and Wyoming). It emphasizes the acquisition of integrated resource service contracts aimed at enhancing forest health and managing hazardous fuels through activities such as timber removal, road maintenance, and various restoration tasks. Key requirements include responding to solicitation requirements, pricing specific forest activities, and submitting technical proposals that address key personnel and past performance. The BPA spans a performance period of 10 years, with options for extensions, and establishes a framework for future call orders specifying necessary services. Additionally, it details methods of payment, including stewardship credits for completed work, and outlines quality control, government oversight, and risk management protocols. The solicitation indicates a commitment to promoting forest ecosystem resilience, improving water resources, and mitigating fire hazards while ensuring compliance with federal regulations and best practices for environmental management.
    The USDA Forest Service has issued an amendment to the Intermountain Stewardship Blanket Purchase Agreement (BPA) as part of its procurement process affecting multiple National Forests in Regions 4 (ID, NV, UT, & WY). The amendment integrates changes to comply with recent Executive Orders issued since January 2025, notably Executive Orders 14148, 14173, 14168, and 14208. It removes obsolete AGAR clauses and updates several FAR provisions to reflect current policies, including general compliance and reporting adjustments for contractors. The amendment ensures the streamlining of solicitation processes by eliminating outdated requirements and incorporating updated wage rates and holiday provisions relevant to the BPA. All previous versions of the solicitation are rendered obsolete, and contractors are required to acknowledge this amendment to validate their offers. The document highlights significant procedural changes intended to enhance efficiency and compliance with current federal regulations, reinforcing the government's commitment to transparency and regulatory alignment in contracts. The changes will remain in effect until further notice, underscoring a focus on maintaining current operational standards within the federal contracting landscape.
    The document is an amendment to a solicitation by the USDA Forest Service regarding the Intermountain Stewardship Blanket Purchase Agreement (BPA) for multiple national forests in Regions 4, including Idaho, Nevada, Utah, and Wyoming. It officially extends the deadline for proposals to an open and continuous basis, with initial evaluations planned for submissions received by April 12, 2023, aimed at facilitating calls during the 2023 field season. Additionally, the amendment corrects a listing error in the solicitation by replacing the repeated mention of Caribou Targhee National Forest with Bridger-Teton National Forest to ensure clarity. This amendment plays a critical role in managing forest stewardship contracts and ensuring contractor engagements align with federal procurement regulations and operational needs in national forests.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    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.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    End of the World Long Term Stewardship
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    US Forest Service Shared Stewardship Workshop Facilitation
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking proposals from small businesses to facilitate Shared Stewardship workshops aimed at enhancing active forest management and strengthening partnerships, in alignment with Executive Order 14225. The contractor will be responsible for managing and facilitating a series of one-day hybrid workshops, initially focused in Region 6, with potential for additional sessions nationwide based on demand and funding. These workshops are crucial for fostering collaboration among federal, state, tribal, and local partners to improve forest health and community resilience. Proposals are due by December 9, 2025, at 4:30 PM PST, with the contract period running from January 5, 2026, to September 30, 2026. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for further information.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
    Bitterroot Front 10 Year G-Z IRSC
    Buyer not available
    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.
    Forest Inventory and Analysis BPA Suite
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.
    F--Integrated Vegetation Management IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified contractors for an Integrated Vegetation Management Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to manage vegetation and control noxious and invasive weeds on lands administered by the Utah Reclamation Mitigation and Conservation Commission and the U.S. Bureau of Reclamation for the Bonneville Unit of the Central Utah Project, which encompasses various terrains in central and northeastern Utah. This initiative is crucial for maintaining ecological balance and enhancing the health of the affected lands. Interested small businesses are encouraged to respond with their qualifications and experience by January 29, 2025, to Brandi Clark at brandiclark@usbr.gov, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    BFR 2025 NPL PCT, Buck, & Grapple Pile - Flat III Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is issuing a Notice of Intent for a Blanket Purchase Agreement (BPA) Call to acquire services for precommercial thinning, bucking, and grapple piling in Bend, Oregon. This procurement aims to treat a total of 1,137 acres, consisting of 509 mandatory acres and 628 optional acres, focusing on recently harvested and natural stands. The services are critical for managing forest health and reducing fire hazards by effectively treating created fuels through specified forestry activities. Interested small businesses must submit their offers by December 10, 2025, at 4:30 PM PT, with the estimated period of performance extending through November 30, 2026. For further details, potential bidders can contact Andrea Pollock at andrea.pollock@usda.gov.