USDA Forest Service West Glacier River Access Site Dust Abatement
ID: 1284LM25Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 2Ogden, UT, 844012310, USA

NAICS

Support Activities for Forestry (115310)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The USDA Forest Service is seeking qualified small business contractors to provide dust abatement services at the West Glacier River access site in Montana. The project involves blading and applying a dust palliative to mitigate dust nuisances at this heavily used river access point, which serves both commercial outfitters and private users from June to September. This initiative is crucial for maintaining a safe and pleasant environment for visitors and nearby residents, with work scheduled annually between June 1 and July 15. Interested contractors must submit their proposals by April 3, 2025, and can direct inquiries to JoAnne Meiers at joanne.meiers@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document represents a solicitation (RFQ 1284LM25Q0011) issued by the federal government for dust palliative application and road grading services at the West Glacier River access site in West Glacier, Montana. This project is designated for small business contractors under NAICS code 115310, with a size standard of $11.5 million. The scope involves dust abatement measures at a heavily used river access site from June 1 to July 15 annually, aimed at mitigating dust nuisances for visitors and nearby residents. The procurement includes a base year and four option years, detailing specific quantities and services required. Proposals must comprise technical and price submissions, evaluating factors such as technical capability and past performance. Contractors are required to submit pricing for all items listed and must be active in the System for Award Management. The solicitation outlines submission guidelines, including email delivery and specified document formats. The project indicates the government’s commitment to providing effective public services while engaging small businesses in crucial infrastructure maintenance, ensuring compliance with federal regulations and labor standards. Responses are due by April 3, 2025, directed to a designated contracting specialist.
    Section 725 of the document outlines the requirements related to various materials used in construction, specifically concerning water, calcium chloride, magnesium chloride, lignosulfonate, and lime. It specifies that water used for cement, mortar, and grout must conform to AASHTO M 157, with potable water being acceptable without testing. Different categories of water must be free from substances harmful to concrete, plant life, and general construction activities. The document further details specifications for calcium and magnesium chloride solutions, including concentration and specific gravity standards as per AASHTO and ASTM guidelines. Lastly, lime requirements for masonry, soil stabilization, and asphalt mixtures are also defined according to relevant ASTM and AASHTO standards. This section serves to ensure compliance and maintain quality standards in materials used for construction projects associated with federal and state contracts.
    Section 312 outlines the requirements for applying dust palliatives to road surfaces to minimize dust emissions. The process includes furnishing and applying materials such as calcium chloride, magnesium chloride, or lignosulfonate, ensuring compliance with specified construction guidelines. Key construction requirements stipulate that applications should not occur during rain or when ground conditions are unsuitable, with temperatures needing to be above 40 °F (4 °C). Two methods for application are presented: a single application that involves moistening loose material and distributing palliative evenly, and a two-step application of liquid solutions involving shaping the roadbed, mixing, and allowing curing time between applications. Traffic must be restricted on treated surfaces until the palliative has adequately cured to prevent degradation. Acceptance protocols for the materials require commercial certifications detailing product specifics. Measurement and payment for work completed under this section follow established guidelines. This document serves as a technical guideline for government contracts regarding road maintenance and environmental compliance, ensuring safe and effective dust management practices in accordance with state and federal regulations.
    The USDA Forest Service's Experience Questionnaire serves as a tool for contractors to demonstrate their qualifications in response to solicitations related to federal and local projects. The document requests essential information, such as contractor identity, years of relevant experience, completed projects over the last three years, and current contractual commitments. Key sections include assessments of past performance, employee numbers, available equipment, and the qualifications of individuals involved in potential contracts. The certification section requires a signed affirmation of the accuracy of provided information. The purpose of this Experience Questionnaire is to evaluate a contractor's capability to successfully undertake projects, playing a critical role in the procurement process for federal grants and RFPs. It emphasizes the need for a robust track record and reliability in previous engagements, ensuring that selected contractors meet the Forest Service's operational standards and project expectations.
    The document appears to be a corrupted or heavily distorted file, containing fragmented text and non-readable sections. Despite this, it seems to reference themes related to federal government RFPs (Requests for Proposals), grants, and state/local procurement processes. There is mention of project specifications, guidelines, and compliance standards, which are essential in such documents. It might be discussing procedures for contractors, evaluation criteria, and potentially funding sources for specific projects aimed at infrastructure or public service improvements. However, due to the lack of coherent content and context, it is challenging to extract definitive details or a clear narrative. The purpose likely involves disseminating information relevant to procurement and project implementation in a governmental context, emphasizing compliance and best practices in managing public contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Snowplowing Spring Planting access Superior Ranger District Mineral County, MT
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for snowplowing and road opening services in the Superior Ranger District of the Lolo National Forest in Mineral County, Montana. The primary objective is to remove snow, earthen barriers, debris, and fallen trees to facilitate access for early spring tree planting activities. This project is a total small business set-aside, emphasizing the government's commitment to fostering small business participation in federal contracts. Interested contractors must submit their quotes by March 25, 2025, via email to Contract Specialist Sarah Cotton at sarah.cotton@usda.gov, with all inquiries due by March 17, 2025. Payment will be based on the actual quantity of work completed, with no guaranteed minimum or maximum hours.
    VALLEY COUNTY ROAD GRADING
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals from small businesses for a road grading project in Valley County, Montana, with an estimated budget of under $50,000. The project involves the restoration of approximately 53.5 miles of road to ensure proper drainage and maintain road integrity, adhering to federal labor standards and safety regulations. This initiative is crucial for enhancing local infrastructure and promoting small business participation in federal contracts. Interested contractors must submit their sealed bids by March 24, 2025, with the contract period running from May 1, 2025, to April 30, 2026, and an option for an additional year. For further inquiries, contact Chad Clapp at cclapp@blm.gov.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Buyer not available
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    Region 1 Road Maintenance Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for road maintenance services across various National Forests and Grasslands in Region 1, which includes areas in Montana and Idaho. The primary objective of this procurement is to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for maintenance and repair work on National Forest roads, including tasks such as road grading and vegetation clearing to ensure operational capability. This contract is crucial for maintaining access and safety within the National Forests, supporting conservation efforts and public access. Interested small businesses are encouraged to submit a Statement of Capability to Traci Jackson at Traci.jackson@usda.gov, as this opportunity is set aside for total small business participation, with further details to be announced via SAM.gov in the future.
    Big Dry Arm, Fort Peck Lake Recreation Grounds and Facility Cleaning/Janitorial Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting proposals for cleaning and janitorial services at the Big Dry Arm Recreation Grounds located at Fort Peck Lake, Montana. The contract requires the selected contractor to provide all necessary personnel, equipment, and materials to maintain the cleanliness and safety of recreation facilities, including tasks such as garbage removal, restroom sanitation, and ground maintenance. This initiative emphasizes the federal government's commitment to engaging small businesses, specifically Women-Owned Small Businesses (WOSB), in federal contracting opportunities. Proposals must be submitted electronically by 1400 CT on April 15, 2025, with the contract spanning one base year from April 30, 2025, to April 29, 2026, and four optional renewal years. Interested parties can reach out to Marc Proietto or Daniel D. Monahan via email for further inquiries.
    Tree/Woody Vegetation Removal-Glacial Ridge NWR. M
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a contract focused on the mechanical removal of trees and woody vegetation across 520 acres at the Glacial Ridge National Wildlife Refuge in Mentor, Minnesota. The primary objective of this project is to enhance tallgrass prairie habitat by reducing standing dead and live vegetation, thereby benefiting local wildlife. This initiative is particularly significant as it aligns with federal efforts to manage natural resources and promote environmental conservation. Interested small businesses must submit their proposals, which should include both technical and price components, by March 26, 2025, at 5:00 PM ET. For further inquiries, contractors can contact Darla Freyholtz at darlafreyholtz@fws.gov or by phone at 701-339-3829.
    MOF Gauley RD Janitorial Services
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Gauley Ranger District in Richwood, West Virginia. The procurement involves a firm fixed-price contract for cleaning services, scheduled to commence on April 14, 2025, and extend through April 13, 2030, with the option for four additional years. These services are crucial for maintaining a clean and operational environment at the Ranger Station Office and Warehouse, ensuring compliance with federal standards and supporting the Forest Service's mission. Interested small businesses must submit their proposals, including past performance and technical capabilities, to the primary contact, Michael Simpson, at michael.simpson@usda.gov, by the specified deadline.
    MIMBRES/WILDERNESS RD JANITORIAL SERVICES
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Wilderness Ranger District in Mimbres, New Mexico, under solicitation number 127EAV25Q0007. The contract encompasses a base year from April 1, 2025, to March 31, 2026, with four optional years extending to March 31, 2030, and includes routine weekly cleaning, quarterly deep cleaning, and annual carpet shampooing for three office buildings totaling approximately 4,340 square feet. This procurement is vital for maintaining cleanliness and hygiene standards in government facilities, ensuring compliance with bio-based procurement requirements and safety regulations. Interested contractors must submit proposals by March 23, 2025, and direct any questions to Ellena Silva at ellena.silva@usda.gov before March 17, 2025.
    Willamette NF Detroit RD Snow and Tree Removal
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide snow and tree removal services in the Detroit Ranger District of the Willamette National Forest, Oregon. The procurement aims to clear designated roads of snow and debris to maintain road functionality and support environmental protection efforts, with a performance timeframe set from March 24 to April 18, 2025. This initiative is crucial for facilitating reforestation activities and ensuring accessibility for both passenger and high-clearance vehicles, aligning with broader ecological restoration goals. Interested contractors must submit their quotations by March 19, 2025, and can contact Jared D Machgan at jared.machgan@usda.gov or 458-212-6064 for further information.
    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.