Lake Fire Sawmill Liebre Reforestation Weed Control, Angeles National Forest
ID: 127EAT25Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEPACIFIC SOUTHWEST REGION, REGION 5VALLEJO, CA, 94592, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide herbicide application services for weed control as part of the Lake Fire Sawmill Liebre Reforestation project in the Angeles National Forest, California. The contractor will be responsible for applying glyphosate herbicide to non-native invasive weeds across approximately 194 acres of designated areas, ensuring the protection of government seedlings and natural trees while adhering to strict safety and environmental protocols. This initiative is crucial for ecological restoration and sustainable forest management following the impacts of the Lake Fire. Interested contractors must submit their quotes by March 14, 2025, and can contact Erin Scott-James at erin.scott-james@usda.gov or 208-590-6768 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service's RFP seeks contractor services for the Lake Fire Sawmill Liebre Reforestation Weed Control in the Angeles National Forest, focusing on the release of government seedlings and natural trees within designated grub circles. The contractor is responsible for labor, equipment, and supervision, using government-furnished GPS units to locate project boundaries. Work involves grubbing competing vegetation within a 5-foot radius around trees while adhering to strict guidelines to protect seedlings and sensitive areas. The project emphasizes safety, requiring clear communication of instructions in workers' native languages, and the provision of personal protective equipment. The contractor must comply with government standards, passing inspections to avoid rework penalties. Key aspects include the timeline for work initiation following favorable conditions, the necessity of maintaining access to project sites, and detailed measures for environmental protection and pollution control. The contractor's performance will be continuously evaluated against quality assurance standards, with penalties for non-compliance. This initiative reflects the government’s commitment to sustainable forest management and ecological preservation while ensuring contractor accountability and safety.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, specifically for contracts in California relating to forestry and related services. It specifies minimum wage rates that contractors must adhere to, which are mandated by executive orders based on the contract dates. Contracts initiated post-January 30, 2022, necessitate a wage of at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must comply with a rate of at least $13.30 per hour unless otherwise stated. Additionally, the document details various occupations within this sector, with specific wage rates ranging from $17.11 to $41.77, and outlines fringe benefits such as health and welfare allowances, paid sick leave, vacation time, and holiday pay. Contractors are obligated to provide uniforms without charging employees if required and are not permitted to utilize contingent wage rates in contracts. This comprehensive wage determination serves as a regulatory framework to ensure fair compensation for service employees engaged in governmental contracts, reinforcing labor standards in these projects.
    The Experience Questionnaire is designed for contractors responding to government RFPs, outlining essential information necessary for evaluating capabilities to complete specified projects. Key sections include the contractor's contact information, company details such as DUNS or UEI numbers, and small business status. The questionnaire asks about years of experience, the use of subcontractors, relevant equipment, and past performance on similar projects involving heavy equipment. Contractors must provide references, details on key personnel, and contracts currently held. Additionally, a certification section requiring a signature ensures the accuracy of provided information. This document streamlines the contractor evaluation process, facilitating the government's assessment of potential partners for heavy equipment handling projects.
    The document contains a glossary pertinent to forest management practices concerning water quality and vegetation control, relevant to federal and state requests for proposals (RFPs) and grants. Key terms include Best Management Practices (BMP), which are effective strategies to minimize pollution from non-point sources, and definitions surrounding water quality, such as "Clean Water" criteria. Other significant concepts involve the roles of personnel like Contractor’s Foreman and Safety Officers, who ensure contract compliance and safety during operations. Various vegetation types, including herbaceous vegetation and invasive weeds, are defined along with procedures for planting seedlings, including specifications for plantable and unplantable spots. Additionally, terms related to soil conditions and planting requirements are mentioned, like mineral soils and satisfactory planting definitions. This glossary serves to standardize terminology and requirements for contractors engaged in forestry management, ensuring that practices comply with established environmental standards and guidelines.
    The document outlines the key components of an Injury and Illness Prevention Program (IIPP) for organizations, emphasizing the management's commitment to employee safety. It stresses the importance of assigning specific responsibilities for the program's implementation and ensuring compliance through training, inspections, and corrective actions. Effective communication channels must be established to encourage employees to report hazards without fear of retaliation. The program requires ongoing hazard identification and evaluation through systematic inspections, including stopping work under certain hazardous conditions, such as excessive wind. Procedures for investigating accidents and maintaining comprehensive documentation of safety activities, including training and inspection records, are crucial. The summary also indicates an attachment with a Job Hazard Analysis, reinforcing the need for systematic safety practices. Overall, the IIPP framework aims to create a safe working environment and mitigate risks in compliance with government regulations and standards for health and safety.
    The document outlines a Job Hazard Analysis (JHA) related to the handling of chemicals during reforestation efforts at the Lake Fire Sawmill Campground within the Sequoia National Forest. It details tasks and procedures associated with the project, identifies potential hazards, and provides abatement actions to mitigate those hazards. Key hazards include possible body contact with chemicals, leading to risks such as headaches and other health issues. Recommended safety measures emphasize reading chemical labels, wearing appropriate personal protective equipment (PPE), and ensuring the presence of wash stations. The JHA also mandates that a line officer approve the analysis, confirming that all involved personnel are trained and understand the safety protocols. Emergency evacuation procedures must be developed to address potential accidents or health emergencies at the worksite, outlining necessary actions like evacuation routes and communication protocols. This document serves not just as a safety guideline but also as a compliance tool for federal and state regulations regarding workplace safety in government-funded projects, specifically focusing on the safe and responsible handling of potentially hazardous materials during state and federal initiatives.
    This document outlines the Fire Plan for construction and service contracts within a designated contract area, focusing on fire prevention and suppression responsibilities. Key responsibilities are assigned to contractors, including adherence to safety measures, designation of a qualified fire supervisor, and compliance with fire equipment regulations. The Fire Plan specifies required tools and equipment, such as fire extinguishers, spark arresters, and water tanks, particularly during California's Fire Precautionary Period from April 1 to December 1. Emergency protocols detail communication guidelines, fire patrol requirements based on Project Activity Levels (PAL), and specific operating limitations under varying fire danger conditions. The distinctions among activity levels (A through E) dictate operational permissions and restrictions to manage fire risk effectively. Notably, the plan mandates prompt fire reporting and adherence to local laws, emphasizing the contractor's duty to manage ignition risks and ensure safety compliance. The document serves as a framework for mitigating fire hazards during contract operations, reflecting the government’s commitment to environmental safety and regulatory compliance while facilitating construction activities in fire-prone areas.
    The document outlines additional emergency fire precautions for construction and service contracts within the Angeles National Forest, involving an agreement between the USDA Forest Service and contractors. The central purpose is to detail the required measures for contractors to operate safely during specific fire activity levels (C and D) instead of halting operations. Key obligations for contractors include installing a fire weather station approved by the Forest Service, maintaining weather records, and implementing specific safety protocols. For Level C operations, the contractor must ensure fire patrol personnel are present, conduct hourly inspections of treated areas, and have an on-board fire extinguishing system. For Level D, operations are limited to before 1:00 p.m., necessitating even stricter oversight and additional fire-fighting equipment. Should the Forest Service find these requirements unmet, they retain the authority to suspend or terminate the agreement. Overall, the document emphasizes safety regulations essential for managing fire risks during construction activities in a fire-prone environment.
    The document outlines various land units within the Angeles National Forest targeted for reforestation and weed control following the Lake Fire. It provides specific information on the size of each unit, which includes areas such as Atmore 1 (29 acres), North Fish Canyon (37 acres), Sawmill Campground (100 acres), Desert View 2 (14 acres), and others, totaling various acreages. Additionally, it references multiple entities involved in managing these lands, including the County of Los Angeles, California State Parks, and federal bodies such as the USGS and EPA. The primary purpose of the document seems to be related to federal and state initiatives aimed at land management and ecological restoration efforts critical due to impacts from the fire. The document serves as a foundational reference for potential federal grants or requests for proposals (RFPs) related to these land management efforts, focusing on rejuvenating areas affected by wildfires.
    The document outlines the equipment cleaning requirements for the FY24 Lake Fire Sawmill Campground and Sawmill Liebre Reforestation project, emphasizing the prevention of invasive species contamination. Key points include: all equipment, excluding personnel transport vehicles, must be thoroughly cleaned before entering Forest Service land, with specific washing protocols for rinse water disposal. The Forest Service retains the right to inspect equipment prior to use. Additionally, equipment utilized in areas with identified invasive weed species must be washed after work completion. Contractors are required to certify compliance with these cleaning provisions before project initiation. Any identification of new invasive species infestations must be reported promptly by either the Contractor or Forest Service staff. This document is part of federal RFP requirements, demonstrating the government's commitment to environmentally responsible practices in project execution.
    The USDA Forest Service is issuing a Request for Quotation (RFQ) for the Lake Fire Sawmill Liebre Reforestation Weed Control project in the Angeles National Forest. This procurement is exclusively for small businesses, with a focus on tree release services for government seedlings and natural trees across specified areas. Contractors must provide all necessary labor, supervision, and materials, except those provided by the government. Quotes are to be submitted by March 14, 2025, and must include a technical response detailing relevant past experience and technical capability, alongside price proposals. The evaluation will prioritize technical proposals and past performance, alongside price considerations. Specific requirements, including project locations and safety protocols, are defined in attached documents. The initiative reflects a commitment to ecological restoration and highlights the importance of small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Lake Fire Sawmill Campground - Tree Planting - Angeles National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide commercial services for tree planting at the Lake Fire Sawmill Campground within the Angeles National Forest. The primary objective is to plant 24,563 government-furnished tree seedlings across 285 acres in areas affected by the Lake Fire of 2020 and the Powerhouse Fire of 2014, contributing to ecological restoration and biodiversity enhancement. This initiative is critical for rehabilitating forest areas post-wildfire and aligns with federal and state conservation efforts. Quotes are due by March 24, 2025, at 1:00 PM Pacific Standard Time, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award; for inquiries, contact Fareedah Vaughn at fareedah.vaughn@usda.gov.
    Sawmill Liebre Reforestation Project Area
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to participate in the Sawmill Liebre Reforestation Project Area located in the Angeles National Forest, California. This procurement involves a firm-fixed-price request for quotations (RFQ) for hand grubbing services over 626 acres to enhance the growth and survival of government seedlings and natural trees, with proposals due by March 21, 2025. This initiative is part of the federal government's commitment to environmental restoration and conservation, emphasizing the importance of engaging small businesses in forestry management efforts. Interested contractors must be registered in the System for Award Management (SAM) and adhere to various compliance requirements, including labor standards and safety protocols, with the contract expected to commence upon award and last for 60 days. For further inquiries, potential bidders can contact Megan Acord at megan.acord@usda.gov.
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    Forest Service - Vista BAER Road Treatment
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Vista BAER Road Treatment project in the San Bernardino National Forest, California. The procurement involves essential road maintenance tasks, including the installation of hazard signs, gates, rock boulder barricades, and restoration of drainage functions, aimed at mitigating post-wildfire hazards. This initiative is critical for ensuring public safety and environmental restoration following wildfire events, with a focus on compliance with federal regulations and safety protocols. Interested small businesses, particularly those that are service-disabled veteran-owned or economically disadvantaged, must submit their proposals by email, detailing pricing and technical plans, with the project expected to commence in Spring 2025 and complete within 60 days of the Notice to Proceed. For inquiries, contact Tanya Torres at tanya.torres@usda.gov.
    USFS Region 5 Reforestation Services IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 5 is seeking expressions of interest from qualified vendors for a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on reforestation services aimed at improving forest health across various national forests in California. The contract will cover three distinct service areas—Northern, Central, and Southern California—requiring contractors to provide all necessary resources, including labor and equipment, while adhering to strict safety protocols and environmental preservation practices. This initiative is critical for enhancing the resilience of forest ecosystems and ensuring compliance with regulations regarding endangered species and historical resources. Interested vendors should submit their capabilities and service locations to Kelly Ollivant at kelly.ollivant@usda.gov by November 27, 2024, as this notice serves as market research and does not constitute a formal solicitation.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 2025.
    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.
    SHEEP CREEK HERBICIDE WEEDS TREATMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Nevada State Office, is soliciting proposals for the Sheep Creek Herbicide Weeds Treatment project, which involves the ground-based application of herbicides to control invasive and noxious weeds across approximately 2,390 acres of BLM-administered land in Elko County, Nevada. Contractors are required to provide all necessary labor, equipment, chemicals, and materials while adhering to strict environmental safety guidelines, including obtaining a Nevada Professional Applicator License and maintaining comprehensive documentation of pesticide applications. This initiative is crucial for effective land management and ecological stewardship, reflecting the BLM's commitment to preserving land health in the region. Interested small businesses must submit their proposals electronically by the specified deadline, with the performance period scheduled from June 2, 2025, to July 18, 2025. For further inquiries, contact Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742.
    THIS IS A SPECIAL NOTICE OF INTENT TO AWARD A SOLE-SOURCE CONTRACT
    Buyer not available
    The United States Department of Agriculture, Forest Service (USDA/FS) intends to award a sole-source contract to Compass Minerals for the supply of approximately 900,000 gallons of Long-Term Fire Retardant (LTFR) product, specifically Qela, for an Operational Field Evaluation (OFE) during the wildland firefighting season from April 1, 2025, to October 31, 2025. This procurement is critical for ensuring effective fire management operations, as the LTFR product must meet specific qualifications outlined in USDA, USFS Specification 5100-304d and be listed on the Qualified Products List (QPL). The estimated value of the contract is around $13 million, and interested parties may submit capabilities statements to Nathan Sabo at nathan.sabo@usda.gov within 15 calendar days of this notice to be considered for participation.
    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.