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
    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
    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.
    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.
    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.
    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.
    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
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    IN NP INDU PMS(1), Pavement Preservation Indiana Dunes
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation project at Indiana Dunes National Park, identified as Solicitation No. 69056725R000016. This project aims to enhance and preserve approximately 5.96 miles of paved roads and parking areas, with additional options for further improvements, utilizing a budget estimated between $5 million and $10 million. The selected prime contractors will be responsible for executing the project in accordance with federal highway standards, and proposals must be submitted in printed form by July 24, 2026. For further inquiries, interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of Indiana 53 Crushed Stone for the Big Oaks National Wildlife Refuge located in Madison, Indiana. The selected vendor will provide the stone, which the Refuge will pick up using their own dump trucks, with quotes required to be submitted as a firm fixed price per ton, valid through June 1, 2026. This procurement is essential for the Refuge's operational needs, ensuring the availability of necessary gravel for various projects. Proposals must be submitted by December 18, 2025, at 1700 EST, and will be evaluated based on best value criteria, including specifications compliance, travel distance, past experience, and price. Interested vendors can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further information.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.