Indian-Celina Mowing
ID: 12363N25Q4013Type: 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 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 10:30 PM UTC
Description

The USDA Forest Service is seeking qualified contractors for the Indian-Celina Mowing project, aimed at maintaining early successional habitat characteristics within the Hoosier National Forest in Indiana. The project involves mechanical mowing to remove unwanted woody vegetation with a diameter of three inches or less across approximately 97.2 acres, with a base requirement of 46.4 acres and potential optional areas contingent on funding. This initiative is crucial for wildlife habitat management and environmental stewardship, ensuring compliance with federal regulations throughout the contract period from July 1, 2025, to November 30, 2025. Interested contractors must submit their quotations by January 31, 2023, and can direct inquiries to primary contact Darren Zychek at darren.zychek@usda.gov or secondary contact Steven Harriss at steve.harriss@usda.gov.

Point(s) of Contact
Files
Title
Posted
Jan 18, 2025, 1:04 AM UTC
The document outlines the solicitation process for the Indian-Celina Mowing project, designated as Solicitation #: 12363N25Q4013, under the Hoosier National Forest. To qualify for consideration, quoters must be registered in the System for Award Management (SAM) and submit a detailed quotation that includes pricing, technical descriptions, past performance information, work plans, and compliance with terms. The solicitation emphasizes the importance of previous experience in similar forestry support activities, demonstrating equipment accessibility, and possessing knowledge of reforestation practices. Quotations must include references that confirm past performance within the last three years, as well as a comprehensive work plan addressing project execution amidst potential flooding challenges. The submission deadline is set for January 31, 2023, at 2:30 PM (Pacific). The document further specifies requirements such as a DUNS number for bids exceeding $3,000 and the stipulation that successful quoters must maintain updated SAM registration through the project duration. Overall, this solicitation serves as a structured call for qualified contractors to provide mowing services while ensuring compliance with federal regulations and standards.
Jan 18, 2025, 1:04 AM UTC
The file outlines the Offeror Representations and Certifications required under FAR 52.212-3 for submissions related to federal contracts, particularly for commercial items. It specifies that Offerors must complete their representations electronically in the System for Award Management (SAM) or provide certain specific certifications. Key definitions are clarified, including terms like "economically disadvantaged women-owned small business" and "sensitive technology." Offerors are required to disclose their business status, ownership, and compliance with various regulations related to labor standards, tax liabilities, and environmental impacts. There are also certifications related to child labor, the presence of telecommunications services, and trade agreements. The document aims to ensure transparency and compliance with federal standards, emphasizing the importance of accurate disclosures in procurement processes. This structure is crucial in the context of federal RFPs and grants, ensuring that all parties understand their obligations and the criteria for obtaining government contracts while promoting ethical business practices.
Jan 18, 2025, 1:04 AM UTC
This Experience Questionnaire is a structured form designed for contractors responding to federal, state, or local Requests for Proposals (RFPs) or grants. It collects essential information regarding a contractor's qualifications, experience, and resources. The document outlines several key areas such as contractor identification, business type, years of relevant experience, and previous similar project completions. It requires listing current contract commitments and any past failures in project completion, along with details about the organizational structure and available workforce for the project. Additionally, it asks for specifics about relevant equipment and technology experience, involving GPS and shapefile usage. A work plan providing an overview of how the contractor intends to accomplish the tasks is also requested. Lastly, the contractor must certify the accuracy of their responses, indicating readiness for verification by the Forest Service. This questionnaire is essential for evaluating the contractor's capability and reliability in managing federal or state projects.
Jan 18, 2025, 1:04 AM UTC
The document is a combined synopsis and solicitation for mowing services at the Hoosier National Forest, specifically targeting the Indian-Celina area, under Solicitation Number 12363N25Q4013. The request for quotations (RFQ) invites interested parties to provide bids for the mechanical mowing of designated wildlife openings, focusing on removing unwanted woody vegetation with a diameter of three inches or less across approximately 97.2 acres. The project spans from July 1, 2025, to November 30, 2025, and includes specified base and optional mowing areas contingent on available funding. Contractors must ensure compliance with set quality standards and provide all necessary resources, including personnel and equipment. The document emphasizes requirements for site inspections, the use of GPS for boundary compliance, and the necessity for pre-work conferences to discuss contract specifics. Environmental stewardship is a priority, mandating equipment cleanliness to prevent invasive species spread. The solicitation requires detailed proposals from bidders, highlighting their capabilities and methodologies to meet project goals. It underscores the importance of adhering to federal regulations and guidelines to ensure effective and compliant service delivery within the contract period.
Jan 18, 2025, 1:04 AM UTC
Jan 18, 2025, 1:04 AM UTC
Jan 18, 2025, 1:04 AM UTC
The document appears to contain fragmented or corrupted information, likely representing an incomplete compilation of government RFPs, federal grants, and local initiatives. Despite this, the primary focus seems to revolve around the solicitation of proposals or funding opportunities aimed at improving community infrastructure, health services, or environmental assessments. Key points suggest an emphasis on regulatory compliance, safety standards, and hazard mitigation related to construction or restoration projects. These elements highlight the necessity for thorough surveys and assessments before any alterations can commence, ensuring both health and environmental safeguards are maintained. The overarching purpose appears to reinforce the government's commitment to enhancing public facilities while addressing environmental concerns and maintaining compliance with regulatory frameworks. However, due to the garbled nature of the text, specific details and structured logical flows may be lost, making it difficult to extract a clear and coherent narrative about the RFPs and grants offered within the document.
Lifecycle
Title
Type
Indian-Celina Mowing
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
55--INDU Lumber
Buyer not available
The U.S. Department of the Interior, through the National Park Service, is seeking quotations for the supply of lumber to support infrastructure maintenance at Indiana Dunes National Park in Porter County, Indiana. The procurement involves delivering various types of pressure-treated Southern Pine lumber, including specific dimensions and quantities, within 60 days of contract award to a designated location in Chesterton, Indiana. This initiative is crucial for maintaining park facilities and ensuring compliance with federal contracting regulations while promoting opportunities for small businesses, as the solicitation is set aside for total small business participation. Interested vendors must submit their proposals by April 18, 2025, and can contact Jordan Ellis at jordanellis@nps.gov or 330-468-2500 for further information.
Janitorial Services Needed at the Bedford, Indiana Hoosier N.F. Office
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking qualified small businesses to provide janitorial services at the Hoosier National Forest Office in Bedford, Indiana. The procurement involves a total small business set-aside contract under NAICS code 561720, requiring comprehensive cleaning services, including carpet cleaning, floor maintenance, trash removal, and sanitation across approximately 10,965 square feet of office space. This initiative is crucial for maintaining a clean and safe environment for both staff and visitors, reflecting the government's commitment to quality service and environmental sustainability. Interested vendors must submit their proposals by the specified deadline and ensure they are registered with the System for Award Management (SAM). For further inquiries, contact Jordan Wheelock at Michael.Wheelock@usda.gov.
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.
Invasive Species Control
Buyer not available
The Department of Defense, through the Department of the Navy's 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 Wisteria, Kudzu, and Japanese Stiltgrass, among others, 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 protecting native flora, with a total 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 parties should reach out to Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Carrie Grimard at carrie.l.grimard.civ@us.navy.mil for further details.
Vegetation Management Mark Twain National Forest
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for vegetation management services at the Mark Twain National Forest in Missouri. Contractors are required to provide labor, equipment, and supplies for tasks including stand improvement, site preparation, and herbicide treatments across multiple ranger districts. This initiative is crucial for enhancing forest management practices while ensuring compliance with federal and state regulations, including the Migrant and Seasonal Workers Protection Act and OSHA guidelines. Interested contractors must submit their quotes by the specified deadline, with the performance period set from November 1, 2025, to May 31, 2026. For further inquiries, potential bidders can contact Joshua Franks at Joshua.Franks@usda.gov or by phone at 530-214-0154.
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.
F--BLM NORWOOD RIM MECHANICAL FUELS REDUCTION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for the Norwood Rim Mechanical Fuels Reduction project, which aims to reduce hazardous fuel loads across 150 acres of BLM-managed land northeast of Norwood, Colorado. The project involves cutting and piling Pinyon and Juniper trees to achieve appropriate crown spacing, with work scheduled to commence between September 2 and October 14, 2025. This initiative is crucial for enhancing land management and conservation efforts in the region, ensuring the responsible use of federal lands. Interested vendors must submit their quotes electronically by May 16, 2025, and may inquire about the project until May 12, 2025; a site visit for bidders is scheduled for May 6, 2025. For further information, interested parties can contact Daniel Rosales at drosales@blm.gov.
MECHANICAL SITE PREPARATION SUPERIOR NF
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for a mechanical site preparation project located in the Laurentian District of the Superior National Forest in Duluth, Minnesota. The contract involves key tasks such as rock raking over approximately 200 acres and compacting/crushing of fuels on 11 acres, scheduled to take place from June 1 to October 31, 2025. This initiative is part of the federal government's efforts to manage forest ecosystems and promote ecological restoration through mechanical manipulation of the terrain. Interested contractors should contact Debra Derickson at Debra.Derickson@usda.gov for further details, with an estimated total award amount of $11.5 million and compliance with federal labor standards required for bidding.
Landscaping
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified contractors for a landscaping project at several buildings in Crane, Indiana. The project involves updating landscaping at buildings 38, 3173, 3330N, 3330S, and 3330C, focusing on low-maintenance solutions and aesthetic enhancements while adhering to federal, state, and local regulations. This initiative is crucial for maintaining the facilities' appearance and safety, with specific tasks including the removal of old landscaping, installation of new materials, and compliance with safety standards. Interested vendors must submit their offers via email to jenae.l.burkhart.civ@us.navy.mil by April 21, 2025, at 12:00 PM Eastern Time, as the solicitation is set aside for small businesses under FAR 19.5.
BCLH Stewardship IRSC Phase 1
Buyer not available
The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.