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
    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
    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.
    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.
    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.
    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
    Kimball Creek Culvert Replacement FR-304
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals from qualified small businesses for the replacement of the Kimball Creek Culvert on Forest Road 304 in Grand Marais, Minnesota. The project involves comprehensive tasks including the demolition of the existing culvert, installation of a new structural plate arch, traffic control, and environmental protection measures, particularly as Kimball Creek is a designated trout stream requiring specific work timing between June 30th and September 15th. This procurement is a Total Small Business set aside, with an estimated project value between $1 million and $5 million, and proposals are expected to be submitted following the solicitation release on or about January 5, 2026. Interested vendors should contact Michelle Reed at michelle.r.reed@usda.gov for further details and ensure they are registered in the Systems for Awards Management (SAM) prior to proposal submission.
    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.
    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.
    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.
    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.
    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 contract, designated as 1284LM26Q0005, requires services to be performed within 24 hours of notification when snow accumulates to 6-8 inches, ensuring that no snow berms obstruct access to buildings or walkways. This procurement is crucial for maintaining access to remote cabins during winter months, supporting public land use and recreation in the area. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and direct any questions to Sarah Cotton at sarah.cotton@usda.gov by December 31, 2025.
    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.
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific technical specifications and personnel qualifications. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and should direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    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.