SNF Whiteface Campground Mastication RFQ
ID: 12363N24Q4294Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICESUPERIOR NATIONAL FORESTDULUTH, MN, 55808, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service's Superior National Forest, is soliciting quotations for mastication services at the Whiteface Campground located in Aurora, Minnesota. The project aims to manage forest vegetation through the ecological method of mastication, which involves grinding vegetation to enhance aesthetics, improve visitor safety, and mitigate wildfire risks associated with balsam fir proliferation. This initiative is crucial for maintaining the campground's recreational areas while ensuring public safety and ecological health. Interested small businesses must submit complete technical and price proposals by the specified deadlines, with the performance period set from October 1, 2024, to April 30, 2025. For further inquiries, potential contractors can contact Jason King at jason.king2@usda.gov or call 208-207-4189.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA issued a Request for Quotation (RFQ) for a mastication project at the Whiteface Reservoir Campground to enhance aesthetics and improve visitor safety. The initiative aims to mitigate the risks associated with balsam fir proliferation, which is vulnerable to spruce budworm outbreaks, posing safety hazards from standing dead trees. The project specifies the removal of balsam fir trees up to 6 inches in diameter and other specified species while preserving larger trees, particularly certain pine species. Equipment used for mastication must adhere to technical specifications, ensuring minimal impact on the surrounding infrastructure. Operations are permitted under specific ground conditions, and a pre-work meeting with the Contracting Officer Representative (COR) is mandatory before commencing. The contractor is responsible for all equipment, maintenance, and compliance with site protocols, including avoiding damage to flagged boundaries and ensuring public safety during operations. The project timeline is set for October 1, 2024, to April 30, 2025, contingent upon appropriate weather conditions. This project underscores the USDA's commitment to forest management and visitor protection in national recreational areas.
    The USDA Forest Service is initiating the Whiteface Reservoir Campground Mastication Project, which covers an area of 46 acres in Township 56N, Range 15W, within the Eastern Region. The project aims to manage forest vegetation through mastication, an ecological method that involves grinding vegetation to promote healthy growth and reduce wildfire risks. Accompanying maps illustrate the geographic layout of the area, indicating various road types and features relevant to the project. The document emphasizes the USDA's commitment to providing equal opportunities and the importance of accurate geospatial data for compliance and planning. The mastication efforts are part of broader forest management practices aimed at preserving the ecosystem while ensuring recreational areas remain accessible and safe for public use.
    The document outlines Wage Determination No. 1979-1073 issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits for federal contractors in Minnesota providing forestry and land management services. It specifies applicable wage rates based on the contract's initiation date and mandates wages to be at least $17.20 per hour or $12.90 per hour, depending on the renewal status and contract terms. The document provides a comprehensive list of occupations with corresponding wage rates, fringe benefits, and requirements under relevant Executive Orders, including health and welfare provisions and paid sick leave for employees. Additionally, it explains the conformance process for unlisted occupations and emphasizes that contractors must adhere to specified regulations and benefit requirements, including vacation and holidays. The information guides compliance with federal standards in RFPs and grants, aiming to protect worker rights in government contracting sectors.
    The Laurentian Ranger District of the Superior National Forest is requesting quotations (RFQ) for mastication services at the Whiteface Campground. This solicitation is set aside for small businesses under the NAICS code 15310, with a project performance period from October 1, 2024, to April 30, 2024. The selection process will prioritize price, past performance, and technical capability. Contractors must submit complete technical and price proposals, including documentation of similar past projects. Mandatory insurance proof, including Workers’ Compensation and liability coverage, is required for the award. The contractors must be registered in the System for Award Management (SAM) and are subject to compliance with the Migrant and Seasonal Agricultural Worker Protection Act (MSPA) if hiring seasonal labor. Additional requirements include adherence to safety standards, proper worker training, and maintaining a clean work environment. The document incorporates various clauses and provisions from the Federal Acquisition Regulation (FAR) emphasizing compliance, contractor obligations, and specific labor standards. Overall, the RFQ outlines necessary services and compliance requirements crucial for the campground’s maintenance and improvement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    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.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    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.
    Mowing and Landscaping of the Ava office compound
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking a contractor for mowing and landscaping services at the Ava Ranger District Administrative Site in Ava, Missouri. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to maintain a 5.7-acre site, which includes mowing, trimming grass and weeds, and shrub trimming, with services expected to be performed up to 22 times per season. This contract is a Total Small Business Set-Aside, emphasizing the importance of small business participation, and the period of performance is set from March 1, 2026, to February 28, 2027. Interested parties must submit their quotations by January 11, 2026, at 11:00 PM Eastern, and can contact Joshua Franks at Joshua.Franks@usda.gov or 530-214-0154 for further information.
    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.
    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.
    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.
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contractor for the Fargo-Moorhead Metropolitan Area Flood Risk Management Forest Mitigation Planting project. This initiative requires the contractor to provide all necessary labor, materials, and equipment to execute forest planting and maintenance across approximately 165.2 acres, including the establishment of trees, grasses, and forbs, as well as invasive species management over a three-year period. This project is crucial for environmental mitigation associated with the larger flood risk management efforts in the area. The solicitation is expected to be released in mid-December 2025, and interested parties should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information. The contract will be a Firm, Fixed-Price contract, set aside for small businesses, with a NAICS code of 115310 and a size standard of $11.5 million.