Chequamegon-Nicolet National Forest - Gravel Crushing Service
ID: 12444625Q0021Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 7Atlanta, GA, 303092449, USA

NAICS

Construction Sand and Gravel Mining (212321)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 10:00 PM UTC
Description

The U.S. Department of Agriculture, specifically the Forest Service, is seeking quotes for gravel crushing services within the Chequamegon-Nicolet National Forest in Wisconsin. The project involves the crushing, stockpiling, and testing of aggregate from designated government sources, with tasks divided into East and West Zones of the forest. This procurement is crucial for maintaining the infrastructure of the national forest, ensuring that necessary materials are available for road and trail maintenance. Interested small businesses must submit their proposals by April 25, 2025, via email to Scott Beeman at scott.beeman@usda.gov, and adhere to federal wage determinations that set minimum wage rates and benefits for workers involved in the project.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 3:06 PM UTC
The document outlines a Request for Proposals (RFP) for contractors interested in providing materials and services within the Chequamegon-Nicolet National Forest. It is structured into two main zones: the Chequamegon (West Side) and the Nicolet (East Side), detailing various item descriptions and ordering periods from 2025 to 2029. Each zone includes specific tasks such as crushing and stockpiling surfacing materials, pit development, and restoration efforts. Contractors are prompted to express their interest by marking the relevant zones and specifying the quantities of materials they can handle based on site size. Mobilization costs are also calculated based on distance from the contractor's home base to project sites. This RFP is integral for acquiring necessary materials and alignment with federal and state standards while ensuring that projects in the forest are completed efficiently and effectively. The document serves as a comprehensive guide for potential contractors regarding expectations and requirements for project execution.
Mar 28, 2025, 3:06 PM UTC
The government solicitation 12444625Q0021 is a Request for Quotation issued for gravel crushing services in the Chequamegon-Nicolet National Forest, aimed specifically at small businesses under NAICS code 212321 (Construction Sand and Gravel Mining). Offers are due by April 25, 2025, and must be submitted via email to Scott Beeman at the USDA. The work includes crushing, stockpiling, and testing crushed aggregate at designated gravel pits, with tasks divided into East and West Zones of the forest. The solicitation outlines essential requirements for proposal submission, including a technical and price proposal, alongside past performance evaluations. Provisions and clauses incorporated are mainly governed under the Federal Acquisition Regulation, with particular attention to past performance and technical capabilities being critical evaluation factors. The solicitation prohibits certain telecommunications services and includes stipulations for small business participation to enhance competition and compliance. The document aims to ensure a transparent procurement process while facilitating project execution in an environmentally prudent manner.
Mar 28, 2025, 3:06 PM UTC
The Chequamegon-Nicolet National Forest requires aggregate crushing, stockpiling, and testing services from contractors. The project encompasses various locations in northern Wisconsin and mandates the use of biobased materials when feasible, ensuring compliance with federal specifications. Contractors must provide qualified personnel and appropriate machinery, managing all aspects of pit development, including maintaining access roads and the proper disposal of unsuitable materials. Crushed aggregate must adhere to specific gradation requirements outlined in the document, which includes processes for stockpiling and disposal during operations. Quality assurance measures, including rigorous testing protocols, are to be followed, necessitating the submission of a quality control plan detailing responsibilities and testing facilities. Payment for services is based on the volume of crushed aggregate provided and completion of pit restoration, emphasizing accountability in material handling and compliance with project specifications. Overall, this document encapsulates a clear scope of work aimed at ensuring the efficient processing of aggregate while adhering to environmental and safety standards.
Mar 28, 2025, 3:06 PM UTC
The U.S. Department of Labor’s Wage Determination No. 2015-4893 outlines the minimum wage and fringe benefits requirements for contractors under the Service Contract Act (SCA), specifically for contracts in Wisconsin's Brown, Kewaunee, and Oconto counties. Effective January 30, 2022, contracts require a minimum wage of $17.75 per hour under Executive Order 14026 for new or renewed contracts. If awarded between 2015 and January 29, 2022, a minimum wage of $13.30 applies unless a higher rate is specified. Additionally, the document specifies various occupational wage rates, fringe benefits, and stipulations for paid sick leave under Executive Order 13706. All workers are entitled to health and welfare benefits of $5.36 per hour, paid vacation, and paid holidays. Exemptions are noted for specific occupations, such as computer professionals and air traffic controllers, which are not covered by the SCA wage determinations. A significant aspect is the conformance process for any unlisted job classifications, ensuring compliance with the wage determination. Overall, the document serves to enforce labor standards and worker protections, guiding both federal contractors and employees regarding wage expectations and rights under governmental contracts.
Mar 28, 2025, 3:06 PM UTC
The document titled "Register of Wage Determinations Under the Service Contract Act" provides federal wage determination information for contractors operating in specific regions, particularly Wisconsin. It outlines requirements under Executive Orders 14026 and 13658, mandating minimum hourly wage rates based on the contract's effective date, with a stipulated adjustment for wage rates annually. For contracts awarded after January 30, 2022, the minimum wage is $17.75, while contracts prior to this are set at $13.30 unless otherwise specified. The document lists various occupations and corresponding wage rates, reflecting the diverse roles required for federal contracts, ranging from administrative support to technical and health occupations. It also emphasizes mandatory fringe benefits, including health and welfare benefits, vacation policies, and paid sick leave requirements. Moreover, procedures for conforming additional classifications and the compensatory standards are noted, ensuring compliance with federal regulations. This wage determination serves to promote fair labor standards and worker protections for those engaged in federally contracted services, aligning with broader government efforts to ensure equitable compensation across sectors.
Mar 28, 2025, 3:06 PM UTC
The document outlines Wage Determination No. 2015-4931 by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage standards for federal contracts, emphasizing compliance with Executive Orders 14026 and 13658, which set minimum hourly wage rates for covered workers in 2025. For contracts initiated on or after January 30, 2022, the minimum wage is $17.75, while for contracts awarded between January 1, 2015, and January 29, 2022, it is $13.30. The registered wage rates vary by occupational categories in designated Wisconsin counties, detailing compensation for roles in administrative support, automotive services, food preparation, healthcare, and more. Additional benefits, including health and welfare allowances, vacation, and paid holidays, are stipulated to ensure fair labor standards for employees. The note discusses providing proper paid sick leave under Executive Order 13706, along with a conformance process for classifications not covered in this wage determination. This document primarily serves as a guideline for federal contractors to ensure compliance with labor laws and fair payment standards, reinforcing the government’s commitment to worker rights in contracting. It also provides essential references and instructions for potential issues regarding occupational classification.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
NV-ASH MEADOWS NWR-ROAD REPAIR PROJECT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the NV-Ash Meadows National Wildlife Refuge Road Repair Project in Nevada. This project requires the procurement of 1,500 tons of ¾” gravel to repair road damage caused by flooding from tropical storm Hilary, with specific quality and delivery requirements outlined in the Request for Quotation (RFQ). The initiative is crucial for maintaining safe access within the refuge and ensuring compliance with government standards, including sustainability practices and environmental regulations. Interested small businesses must submit their bids by April 30, 2025, and are encouraged to contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
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.
Road Bladining Services Lolo NF
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide Road Blading Services at the Lolo National Forest, covering the Missoula, Ninemile, and Seeley Ranger Districts. The primary objective of this procurement is to maintain native surface roads through motorized grading operations, which include tasks such as cutting, blending, spreading, reshaping, and compacting unpaved forest roads, along with drainage maintenance and debris removal. This initiative is crucial for ensuring safe and accessible road conditions within national forest areas, supporting both environmental management and public safety. Interested small businesses must submit their quotes by May 14, 2025, with all inquiries directed to Sarah Cotton at sarah.cotton@usda.gov by May 4, 2025, as this opportunity is a total small business set-aside.
Nungaray National Wildlife Refuge - Limestone Road
Buyer not available
The U.S. Fish and Wildlife Service is soliciting quotes for the procurement of 5,060 tons of Grade A limestone road base to be delivered to the Jocelyn Nungaray National Wildlife Refuge. This limestone will be utilized for the repair and maintenance of refuge roads, ensuring safe and accessible pathways for wildlife management and visitor access. The contract is designated as a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses in federal contracting. Interested vendors must submit their quotations by May 15, 2025, with the delivery period scheduled from September 1, 2025, to December 31, 2025. For further inquiries, potential bidders can contact Tariq Malveaux at tariqmalveaux@fws.gov or by phone at 703-629-2655.
Chippewa National Forest, Stony Point Campground Upgrades
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking contractors for the Stony Point Campground Upgrades project located in the Chippewa National Forest, Minnesota. This project involves significant upgrades to the campground's electrical and water systems, including the construction of a new pumphouse, replacement of existing utilities, and demolition of outdated facilities. These enhancements are crucial for improving public utility systems and ensuring safety and efficiency for campground visitors. Interested contractors must submit sealed bids electronically by the specified deadline, with an estimated project cost between $500,000 and $1,000,000 and a performance period from August 4, 2025, to October 31, 2025. For further inquiries, contact Brad Higley at bradley.higley@usda.gov.
Aggregate for Redwood National Park
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the supply and delivery of approximately 2,000 tons of 2-1/2-inch minus base aggregate to Redwood National and State Parks in California. The project requires contractors to provide all necessary supervision, labor, equipment, and materials to meet the specifications outlined in the solicitation documents, with a focus on high-quality materials free from recycled content and invasive species. This procurement is crucial for maintaining the park's infrastructure and ensuring compliance with federal regulations, with a total small business set-aside to encourage participation from small business concerns. Quotations must be submitted via email by the specified deadline, and interested parties can direct inquiries to Jack Northcutt at JackNorthcutt@nps.gov.
56--WY WGF GRAVEL FOR SAND MESA
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is soliciting proposals for the procurement of 1,486 tons of grading W road base gravel, composed of 1" minus fractured rock mixed with dirt and sand, for the Sand Mesa Road project in Wyoming. This opportunity is set aside for small businesses, including those owned by service-disabled veterans, women, and economically disadvantaged individuals, emphasizing the government's commitment to inclusivity in federal contracting. The gravel is essential for road construction and maintenance, ensuring safe and reliable access in the region. Interested contractors must submit their proposals by April 16, 2025, with delivery expected between May and July 2025, and should direct inquiries to Chris Zook at czook@usbr.gov.
Hiner Spring Quarry Development, White River National Forest, Blanco Ranger District, Rio Blanco County, Colorado
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Hiner Spring Quarry Development project located in the White River National Forest, Rio Blanco County, Colorado. This project aims to develop a quarry for the production of aggregate materials, with a contract value estimated between $250,000 and $500,000, and requires compliance with federal regulations and environmental standards. The work includes mobilization, soil erosion management, controlled blasting, and the production of approximately 24,000 cubic yards of aggregate material, with a performance period set to commence on June 16, 2025, and conclude by October 15, 2025. Interested contractors must submit their proposals by May 13, 2025, and can direct inquiries to Holly Hlavac at holly.hlavac@usda.gov or Lucas Dahlman at lucas.dahlman@usda.gov.
CUSTER GALLATIN NATIONAL FOREST - West Fork Beaver Creek Trail #222 Flood Repair
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Custer Gallatin National Forest project, which involves flood repair on the West Fork Beaver Creek Trail 222 in Montana. The project requires the hand construction of approximately 560 feet of a new 72-inch wide full bench stock trail through two washed-out avalanche ravines, necessitating extensive drilling and blasting in challenging terrain. This construction is vital for maintaining access and safety within a non-motorized wilderness area, with an estimated project value between $250,000 and $500,000. Interested parties should note that the solicitation is expected to be posted on SAM.gov around May 8, 2025, and can contact Alisha Knaub at alisha.knaub@usda.gov or 406-438-2981 for further information.