JW TOUMEY NURSERY SEEDLING SHIPPING
ID: 12444625Q0017Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Freight Transportation Arrangement (488510)

PSC

NATURAL RESOURCES/CONSERVATION- SEEDLING PRODUCTION/TRANSPLANTING (F010)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 6:00 PM UTC
Description

The Department of Agriculture, specifically the Forest Service, is seeking proposals from small businesses for the transportation and delivery of tree seedlings from the JW Toumey Nursery in Watersmeet, Michigan, to various cooler sites across Minnesota, Wisconsin, and Michigan. The contract involves approximately 20-24 truckloads of seedlings, with pick-up scheduled to begin in mid-April 2025 and delivery extending through May 2025, requiring flexibility in scheduling to accommodate seedling availability and weather conditions. This initiative supports ecological management and community forestry efforts by ensuring the timely delivery of vital environmental resources while adhering to federal labor standards and regulations. Interested contractors should contact Fay Chiappone at fay.chiappone@usda.gov or call 218-382-2550 for further details, and proposals must be submitted in accordance with the outlined requirements and deadlines.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 5:05 PM UTC
This document outlines a government solicitation for the delivery of seedlings from JW Toumey Nursery to various National Forests in Michigan, Wisconsin, and Minnesota. The acquisition includes 20-24 truckloads of seedlings required between April 14, 2025, and May 31, 2025. The proposal is designated for small businesses, specifically those that are service-disabled veteran-owned, women-owned, or economically disadvantaged. The funding body is the USDA Forest Service, CSA East 7 in Atlanta, GA, with specific completion directives and delivery details provided. It also includes payment terms, necessary contact details, and compliance with federal acquisition regulations. The document emphasizes the structured method of solicitation and required proposal submissions along with highlighted sections that contractors must complete, ensuring all parties adhere to contractual obligations and delivery expectations.
The document provides details on the solicitation number 12444625Q0017 for the pick-up, transportation, and delivery of tree seedlings from the J W Toumey Nursery to various cooler sites in Minnesota, Wisconsin, and Michigan. It includes a strict Schedule of Items/Price Schedule and mandates compliance with federal regulations. Key clauses outlined include requirements regarding maintenance of government property, report obligations on biobased products, as well as commitments to worker protection under the Migrant and Seasonal Agricultural Worker Protection Act. The proposal encourages contractors to demonstrate flexibility in delivery schedules and requires submission of a past performance record, price proposal, and required certifications. Additionally, it emphasizes adherence to labor and transportation regulations, including worker safety standards and sanitary provisions for workers. Notably, the mention of minimum wages under Executive Order 14026 highlights the contract's dedication to fair labor practices. Overall, this solicitation reflects the government's initiative to support ecological management and community forestry efforts by sourcing seedlings while ensuring compliance with labor standards and environmental regulations.
Mar 27, 2025, 5:05 PM UTC
The document outlines the shipping and transportation schedule for seedling deliveries from the J W Toumey Nursery, organized by various national forests and state nurseries. It details estimated drop-off points for multiple truckloads across several timeframes, including early April and intervals of 4 to 10 days post-lifting depending on species and locations. The file specifies the need for vendors to verify mileage and include costs for truckloads, wait times, and refrigerated trailers to enhance cooler capacity. The estimated total costs and flexibility in meeting delivery schedules are essential considerations for proposals. Overall, the purpose of this document is to solicit bids from vendors capable of providing timely and efficient transportation services for nursery seedlings, with an emphasis on flexibility and reliability to meet specific delivery needs throughout the seedling lifting season, typically from mid-April to the end of May.
Mar 27, 2025, 5:05 PM UTC
The JW Toumey Nursery seeks quotes for transporting tree seedlings from its facility in Watersmeet, MI to various cooler sites in Minnesota, Wisconsin, and Michigan during April to May 2025. The contract includes about 20-24 truckloads, with pick-up beginning mid-April and ongoing adjustments based on seedling availability and weather conditions. Bid proposals must include carrier information, flexibility in scheduling, and pricing for each truckload, including provisions for potential delays. Seedlings must be transported in refrigerated 53’ trailers maintaining a temperature range of 33 to 37 degrees Fahrenheit and must not rotate cargo previously exposed to hazardous substances. Loading schedules require early mornings and compliance with specific unloading hours at designated sites. Bidders must demonstrate the ability to meet variable delivery needs with multiple truck rotations to account for weather and logistical challenges. Overall, this initiative emphasizes careful planning and execution to ensure timely and compliant delivery of vital environmental resources.
Mar 27, 2025, 5:05 PM UTC
The document serves as the Wage Determination under the Service Contract Act, detailing required wage rates and benefits for contractors in Michigan, specifically for various forestry and logging occupations. It states that contracts awarded after January 30, 2022, must pay a minimum of $17.75 per hour as per Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $13.30 per hour as per Executive Order 13658. The file outlines specific occupations with their corresponding wage rates and includes important notes on additional benefits required, such as paid sick leave under Executive Order 13706, health and welfare contributions, vacation, and paid holidays. It emphasizes that compliance with uniform maintenance costs is mandatory for employees under certain conditions. Lastly, the document provides a framework for contractors to request additional classification and wage rates for unlisted job titles, ensuring fair compensation in line with labor standards. Overall, this wage determination plays a crucial role in ensuring fair labor practices within federal contracting, guiding contractors on wage compliance and benefits for employees under the Service Contract Act.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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.
FL ST MARKS NWR BIL TREE PLANTING
Buyer not available
The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for a project involving the mechanical seeding of wiregrass at the St. Marks National Wildlife Refuge in Wakulla County, Florida. The contract requires the supply and planting of 1,780 pounds of wiregrass seed over 178 acres, with the planting period scheduled from December 1, 2025, to January 31, 2026. This initiative is part of a broader effort to restore native vegetation and enhance ecosystem health within the refuge, adhering to federal regulations and environmental standards. Interested vendors must submit their proposals by May 2, 2025, and can direct inquiries to Terrence Anderson at terrenceanderson@fws.gov or by phone at 682-294-0280.
OR-HART MTN-NTL ANTELOPE REF PINE STRG
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the storage, seed extraction, and grow-out of ponderosa pinecones at Hart Mountain National Antelope Refuge. This procurement, designated as a 100% Small Business Set-Aside, aims to transport, store, and cultivate approximately 43,000 ponderosa pine seedlings to support reforestation efforts following significant wildfire damage. The successful contractor will adhere to best practices for processing and growing seedlings over a two-year period, with project completion expected by 2027. Quotes must be submitted by April 30, 2025, and interested parties should contact Lee Riley at leeriley@fws.gov or 404-679-4158 for further details.
FY25 PNW FIA Southeast Alaska On Grid Plots
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for the "FY25 PNW FIA Southeast Alaska On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in Southeast Alaska. The project aims to enhance ecological assessments by providing accurate data on forest conditions, which is crucial for effective environmental monitoring and management in the region. Contractors will be responsible for all labor, equipment, and transportation, with some government-provided tools, and must adhere to strict quality assurance protocols outlined in the associated documents. Proposals are due by April 25, 2025, and inquiries can be directed to Anthony O Salas at anthony.salas@usda.gov.
SEED EXTRACTION & PROCESSING 2025
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors to provide seed extraction and processing services for two seed orchards in Oregon, specifically the Walter Horning Seed Orchard and the Travis Tyrrell Seed Orchard. The procurement aims to secure services for extracting, processing, and delivering seeds from conifer cones to meet reforestation standards, with a focus on maintaining quality during extraction and adaptability to environmental changes affecting cone quality and quantity. This contract is vital for supporting reforestation efforts and ensuring the availability of high-quality seeds for future planting. Quotes are due by May 10, 2025, with the contract period of performance running from September 1, 2025, to May 31, 2026. Interested parties can contact Shane Mundt at smundt@blm.gov or by phone at 406-594-9282 for further information.
Deferred Trail Maintenance: Logout Clearing and Brushing for the Flathead National Forest
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for deferred trail maintenance services, including log removal and brushing, within the Flathead National Forest in Montana. This initiative aims to address the backlog of maintenance on trails across three districts: Swan Lake, Hungry Horse, and Spotted Bear, ensuring safe and accessible recreational areas for public use. The contract, set aside for small businesses, emphasizes compliance with environmental standards and safety regulations, with work scheduled to commence on June 15, 2025, and conclude by October 15, 2025. Interested contractors should submit their proposals, including technical and price details, to Andrea Haines at andrea.haines@usda.gov, as outlined in the solicitation document 1284LM25Q0018.
GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project in the Sierra National Forest, California. The project involves the removal of hazardous trees within a 100-foot buffer around various recreation sites, including campgrounds and trails, to ensure public safety and facilitate future infrastructure improvements following the 2020 Creek Fire. This initiative is part of a broader effort to rehabilitate disaster-affected areas and enhance recreational access, with an estimated project cost between $500,000 and $1,000,000. Interested contractors must register on SAM.gov to access the formal solicitation, which is expected to be posted around February 14, 2025, and can contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information.
Hand Cut/Pile Trees, Las Vegas NWR, Las Vegas, NM
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for a forest management project at the Las Vegas National Wildlife Refuge in New Mexico, focusing on the hand-cutting and piling of encroaching juniper and piñon trees. The project will cover approximately 30 acres, requiring the contractor to manually cut trees with a diameter of less than 12 inches and pile the debris away from sensitive areas to minimize environmental impact. This initiative is crucial for restoring natural habitats and preventing wildfire risks, aligning with federal regulations for ecological management. Interested small businesses must submit their proposals, including a technical and price proposal, by May 2, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further details.
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.