R5 Landscape Renewal Project
ID: 127EAT24Q0087Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service's Pacific Southwest Region 5, is seeking qualified small businesses to undertake the R5 Landscape Renewal Project in Vallejo, California. The project involves extensive landscaping tasks, including the removal of trees and shrubs, planting of native and drought-resistant vegetation, and the repair and replacement of irrigation systems, with a focus on enhancing ecological integrity and sustainability. This initiative is crucial for improving public green spaces and aligns with federal standards for environmental stewardship. Interested contractors must attend a mandatory site visit on September 18, 2024, and submit their proposals by September 23, 2024, with the contract period running from October 14, 2024, to December 9, 2024. For further inquiries, contact Daniel Lara at daniel.lara@usda.gov or call 707-562-9165.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation number 127EAT24Q0087 outlines a combined synopsis/solicitation for landscape renewal services within the Forest Service Region 5, focusing on maintenance tasks such as tree and shrub removal, planting, and irrigation system repairs. This Request for Quotations (RFQ) is exclusively set aside for small businesses, with a NAICS code of 561730 and a size standard limit of $9,500,000. A mandatory site visit is scheduled for September 18, 2024, before proposals are due on September 23, 2024. Offerors must submit a technical proposal detailing their past performance in similar projects, technical capabilities, and a price breakdown. The evaluation criteria prioritize technical and past performance equally with price, and a clear description of compliance with federal regulations regarding labor standards, including the Migrant and Seasonal Agricultural Workers Protection Act, is necessary. The contract is projected to run from October 14, 2024, to December 9, 2024. By structuring procurement transparency and ensuring compliance, this solicitation aims to enhance governmental landscape management while adhering to regulations promoting small business participation and worker rights.
    The document outlines a landscape renewal project managed by the United States Department of Agriculture Forest Service for their Regional Office in Vallejo, California. The main focus is on site demolition and the installation of new landscaping features, including the removal of specific trees, irrigation systems, and shrubs, alongside the establishment of new planting areas with indigenous vegetation. Key actions include the removal of unnecessary structures and the installation of new underground irrigation systems in shaded areas. The landscaping plan emphasizes the use of native plant species, ensuring a mix of ground cover, shrubs, and trees that support local biodiversity and ecological balance. Detailed specifications for planting techniques, including soil preparation and plant arrangement, are provided to promote plant health and effective water management. This project aligns with government objectives to improve green spaces and enhance environmental sustainability in public areas, serving as a model for similar future initiatives.
    The Region 5 Regional Office requires the installation of a landscape irrigation system to enhance maintenance and efficiency in watering operations. The project encompasses all facets of labor, materials, and equipment necessary for a fully functional underground irrigation system, which includes piping, valves, controllers, sensors, and various heads. Contractors must adhere to the Buy American Act and federal water guidelines while ensuring environmentally friendly practices. The document outlines contractors' responsibilities, including obtaining necessary permits, coordinating installations with other trades, and providing training to maintenance personnel. A thorough inspection of the site, as-built record drawings, and documentation of materials are essential, alongside completion of safety and testing protocols before acceptance. A three-year warranty is mandated for all work, assuring the government of quality maintenance. The focus of the RFP is on efficient irrigation installation, long-term operational support, and adherence to regulatory requirements, ultimately aiming to enhance the sustainability and functionality of landscape environments while ensuring compliance with all legal standards.
    The Region 5 Regional Office Landscape Renewal document outlines the specifications for the planting of landscaped areas, detailing the scope of work required for the installation and maintenance of plant materials. The contractor is responsible for sourcing, delivering, and planting specified plants, including tasks such as watering, mulching, and maintenance until the warranty period begins. The document emphasizes adherence to industry standards and local regulations, including plant quality control and site preparation. Key components include definitions of terms, verification of specifications, permit requirements, and quality assurance measures during and after planting. The document specifies actions to take in response to discrepancies between drawings and actual conditions, regulatory compliance, and maintenance obligations for the duration of warranties. It outlines detailed processes for the selection, handling, planting, and eventual maintenance of plants, ensuring they meet specific health and care criteria. The purpose of these specifications is to ensure successful and sustainable landscape projects funded through government grants and RFPs, reflecting a commitment to environmental stewardship and community beautification.
    The Statement of Work (SOW) outlines the landscape renewal project for the US Forest Service at the Region 5 Regional Office in Vallejo, California. Scheduled to commence on October 14, 2024, and conclude by December 9, 2024, the project involves extensive landscaping tasks, including tree and shrub removal, planting, irrigation system repair and replacement, and soil grading for proper drainage. The contractor must adhere to strict guidelines for using native, drought-resistant plants and ensure the protection of existing vegetation during the process. Key personnel from the Forest Service, including engineering and architectural staff, will oversee the project's execution and communication. A comprehensive irrigation plan is required, optimizing water usage while incorporating environmentally friendly materials compliant with the Buy American Act. The completion of work will be formally recognized only upon written acceptance by the client. This SOW serves as a contractual framework, establishing terms and expectations for the contractor, and ensuring compliance with federal standards in managing public lands and enhancing the ecological integrity of the landscape. The emphasis on communication and project oversight reflects the Forest Service's commitment to maintaining high-quality standards throughout the project lifecycle.
    The document outlines the wage determination requirements under the Service Contract Act (SCA) for federal contracts in Solano County, California, as defined by the U.S. Department of Labor. It mandates minimum wage rates based on specific Executive Orders, with a minimum of $17.20 per hour for contracts initiated or renewed after January 30, 2022, and $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. The document details wage rates for various occupational classifications, emphasizing compliance with health and welfare benefits, vacation, and holidays. Additionally, it includes stipulations on worker protections, such as paid sick leave for federal contractors under Executive Order 13706. The summary of occupational rates includes roles from administrative support to specialized technical positions. Special considerations address uniform allowances and hazardous pay differentials. The overarching purpose is to ensure fair compensation and worker rights for employees engaged in government contracts, aligning with broader regulatory frameworks that govern federal spending and labor standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Active
    Agriculture, Department Of
    Solicitation from the Department of Agriculture, Forest Service is seeking a Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) for multiple forests in the R5 region. The BPA will cover federal and local agency lands within 150 miles of the boundaries of various national forests. The BPA will be the primary means for future Integrated Resource Service Contracts (IRSCs), Service-based IRSCs, and restoration-based service contracts. The types of call orders that may be issued include IRSCs with required timber product removal, service-based IRSCs with the option for timber subject to agreement products, and service contracts with no timber product removal. The period of performance for the awarded BPAs is 10 years with an option to extend up to 20 years. Interested individuals must have an active email account and be registered in the System for Award Management (SAM) to be eligible for award under this solicitation. Questions and offers must be submitted in writing to the designated points of contact. The deadline for offers is 5:00 p.m. PT on Friday, July 15, 2022.
    Program Manager
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking a qualified project manager to oversee the implementation of a $3.9 million Wildfire Prevention Grant awarded by the Rivers and Mountains Conservancy, focusing on fuel reduction and invasive weed removal in Southern California. The project manager will be responsible for coordinating various initiatives, maintaining stakeholder communication, and ensuring compliance with reporting requirements from October 15, 2024, to March 3, 2026. This opportunity is particularly significant as it aligns with the government's Wildfire Crisis Strategy, aimed at enhancing wildfire mitigation efforts through effective project oversight and collaboration with contractors and non-governmental partners. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals, including technical and price details, by September 23, 2024, and can direct inquiries to Ernest Hernandez at ernest.hernandez@usda.gov.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    GMUG NF Mechanical Site Prep
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the "GMUG NF Mechanical Site Prep" project, which involves site preparation and rehabilitation across the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project encompasses the rehabilitation of 109 sites across three timber sales, focusing on ecological restoration through activities such as soil ripping and debris management, with a total performance period of 21 days. This initiative is part of broader federal efforts to manage and restore public lands sustainably, emphasizing the importance of small business participation in federal contracting. Interested contractors must submit their proposals by September 23, 2024, and can direct inquiries to Rebecca Schowalter at rebecca.l.schowalter@usda.gov.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    Klamath River Basin WCS, Rx Fire Engines
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the provision of water handling equipment, specifically Type 3 and Type 6 engines and tactical water tenders, to support prescribed fire management in the Klamath River Basin. The procurement aims to enhance wildfire risk reduction efforts in areas identified as high-risk for wildfires, necessitating the provision of qualified personnel, equipment, and materials to meet contract specifications. This initiative is crucial for implementing large-scale prescribed fire projects, which are essential for forest health and resilience in the region. Interested contractors must submit their proposals by August 16, 2024, and can direct inquiries to Jacob Pipkin at jacob.pipkin@usda.gov. The contract is set aside for small businesses, with a performance period extending until September 16, 2026.
    Forest Service - SilverKing Barrier Assessment and Design
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified contractors to conduct a barrier feasibility assessment and design for the re-introduction of the Paiute cutthroat trout in the Silver King gorge, spanning Alpine County, CA, and Washoe County, NV. The project requires a comprehensive evaluation of existing geological data, field data collection, topographic surveys, and the development of design plans that comply with permitting standards set by the Lahontan Regional Water Quality Control Board and the Army Corps. This initiative underscores the government's commitment to environmental conservation and the recovery of native species, with deliverables due by December 31, 2025. Interested parties should contact Lisa McFarland at lisa.mcfarland@usda.gov or Tung (Joe) Nguyen at tung.nguyen@usda.gov for further details.
    Hazardous Tree Removal & Right of Way Corridor Clearing, Barren River Lake
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for hazardous tree removal and right-of-way corridor clearing at Barren River Lake in Kentucky. The contractor is required to provide all necessary materials, labor, and supervision to complete the project, which must commence within 10 calendar days of contract award and be finalized within 120 calendar days. This project is critical for maintaining the integrity of the site and is set aside exclusively for small businesses, with a focus on service-disabled veteran-owned and women-owned enterprises. Interested contractors are encouraged to attend a site visit on September 18, 2024, with proposals due by September 20, 2024, at 2:00 PM Eastern Time. For further inquiries, contact Maxwell Williams at maxwell.s.williams@usace.army.mil or by phone at 502-315-6493.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    Mini Excavator for Plumas National Forest
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the procurement of a Mini Excavator weighing no more than 4,500 lbs for use in the Plumas National Forest. The requirements include specific attachments such as a 10” bucket, thumb, and a 9” auger, which are essential for forestry operations. This procurement reflects the government's commitment to enhancing its equipment capabilities while promoting small business participation, as the solicitation is set aside for small businesses under the NAICS code 336991. Interested parties must submit their proposals, including technical and price details, by September 23, 2024, and can direct inquiries to Aileen Fleming at aileen.fleming@usda.gov.