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 contractors for the Lake Fire Sawmill Liebre Reforestation Weed Control project in the Angeles National Forest, California. The primary objective is to apply glyphosate herbicide to control non-native invasive weeds within designated areas, covering an estimated treatment area of 194 acres out of a total of 626 acres. This initiative is crucial for the ecological restoration of the forest, ensuring the health of government-planted seedlings and natural trees while adhering to environmental protection protocols. Interested small businesses must submit their proposals, including technical responses and pricing, by March 26, 2025, with the contract performance period expected from April 7 to May 6, 2025. For further inquiries, potential bidders can contact Erin Scott-James at erin.scott-james@usda.gov or by phone at 208-590-6768.

    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 soliciting a Request for Quotation (RFQ) for the application of glyphosate herbicide to control non-native invasive weeds within specified areas of the Angeles National Forest as part of the Lake Fire, Sawmill Campground, and Sawmill Liebre Reforestation Project. This procurement is 100% set aside for small businesses, with an estimated treatment area of 194 acres out of 626 total. Contractors are responsible for providing necessary equipment, supplies, labor, and on-site supervision. Proposals must include a technical response detailing past performance and technical capability, alongside a price proposal due by March 26, 2025. The period of performance is expected from April 7 to May 6, 2025. Offerors must register in the System for Award Management and comply with various federal acquisition regulations. Notable evaluation factors include technical merit, past performance, and price. This solicitation emphasizes adherence to environmental protocols and ensures effective treatment against invasive species, aligning with conservation efforts in the region.
    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
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking bids for the "Bighorn National Forest - GAOA Roadside Tree Clearing/Grubbing" project, which involves clearing, grubbing, tree removal, stump removal, and material disposal along designated forest service roads in Wyoming. The contract aims to enhance forest management and safety by removing roadside trees and debris, ensuring compliance with environmental regulations and public safety standards. This Total Small Business Set-Aside opportunity has a performance period from June 1, 2026, to October 31, 2027, with proposals due by January 6, 2026, at 12:00 PM Mountain Time. Interested contractors can contact Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801 for further details.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    End of the World Long Term Stewardship
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    FY 26 Complete Common Stand Exams SSRP Lincoln National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking proposals for a firm-fixed-price contract to conduct Common Stand Exams (CSEs) as part of the South Sacramento Restoration Project (SSRP) in the Lincoln National Forest, New Mexico. This contract, set aside 100% for small businesses, aims to collect critical data from 541 points across ten bid items, which will support the monitoring of the Mexican Spotted Owl Management Experiment and facilitate timber sales and hazardous fuels reduction treatments. The project is significant for enhancing forest health and timber production, aligning with federal initiatives to expand American timber production. Proposals are due by January 5, 2026, with an estimated contract value of $11.5 million and a performance period from February 5, 2026, to February 4, 2028. Interested contractors should direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or call (912) 463-3328.
    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.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.