Ravenswood Fall Seedling Planting
ID: 140L3924Q0120Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

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

Set Aside

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

    The Department of the Interior, Bureau of Land Management (BLM) Nevada State Office seeks bids for the Ravenswood Fall Seedling Planting project. The primary objective is to enhance roadside vegetation by planting bare-root stock seedlings across approximately 230 acres of BLM-managed land in the Battle Mountain District.

    This project involves two key tasks. The first is the planting of big sagebrush and antelope bitterbrush seedlings, requiring a density of approximately 436 plants per acre. The second task is the transportation of the seedlings from the Lucky Peak Nursery in Boise, Idaho, to the planting sites in Nevada, adhering to specific temperature controls.

    The BLM seeks a firm-fixed-price contract for this project, with a total estimated value of $9.5 million. The successful awardee will furnish the necessary labor, equipment, and materials for the planting, as well as comply with various contract clauses, representations, and certifications outlined by the BLM. These include provisions related to payment methods and annual minimum wage adjustments for workers under Executive Order 14026.

    To be eligible, applicants should be small businesses specializing in land management or forestry services. Experience in similar large-scale planting projects is advantageous, with a requirement to provide references for at least three such projects completed in the last five years.

    The submission deadline is 1:00 pm PDT on August 20, 2024. Bidders should provide a total cost per acre, incorporating all associated planting costs. The evaluation of bids will consider technical capabilities, past performance, and price, with technical capabilities being the most important factor.

    For any clarifications or questions, interested parties can contact Matthew Bernard at mbernard@blm.gov or 775-861-6420.

    Point(s) of Contact
    Files
    Title
    Posted
    This file pertains to the implementation of a minimum wage requirement for contractor workers as per Executive Order 14026. The primary objective is to ensure that workers engaged in performing work on or in connection with certain government contracts are paid a minimum hourly wage of $15.00 per hour, with annual adjustments. This applies to workers in the United States, encompassing the 50 states and various territories. The definition of a "worker" is broad and includes individuals whose wages are governed by specific labor laws and those in registered apprenticeship or training programs. The clause outlines requirements for contractors to notify workers of the applicable minimum wage, maintain payroll records, and allow for investigations by the Department of Labor. Contractors are responsible for ensuring subcontractor compliance and including the minimum wage requirement in relevant subcontracts. This clause aims to protect workers' rights and ensure fair compensation, with provisions for withholding funds if contractors fail to comply. While not explicitly stated, the procurement objective is to engage contractors who abide by these minimum wage standards when bidding for and executing government contracts.
    The Bureau of Land Management's Battle Mountain District seeks assistance with planting bare-root big sagebrush and antelope bitterbrush seedlings. The project aims to plant a total of 100,000 seedlings across approximately 230 acres, with a density of about 436 seedlings per acre. The contractor will provide labor, equipment, and materials for planting one-year-old bare-root seedlings, ensuring proper seedling care and handling. They will also be responsible for transporting the seedlings from the Lucky Peak Nursery in Boise, Idaho, to the planting sites in Nevada, maintaining specific temperature requirements during transport and storage. The contractor must adhere to cultural resource protection measures and provide a non-planting supervisor for every twelve planters to ensure compliance with contract specifications. The period of performance is estimated from October 20, 2024, to January 1, 2025, with the sequence and timing of work determined by the Contracting Officer's Representative. The contract includes specific requirements for site preparation, planting methods, and inspection procedures, with acceptance of work based on a Work Quality Percentage of at least 90%.
    The Ravenswood Roadside Fall Seedling Planting 2024 project involves the procurement of labor and materials for roadside planting of bare-root stock seedlings over an area of 115 acres. Bidders are expected to provide a total cost per acre for planting, incorporating all associated costs, including mobilization and transportation of plants to the project site. The work will be measured and paid for by the number of acres completed satisfactorily, with payments made at the specified unit price per acre. The planting of two types of seedlings is specified: big sagebrush and antelope bitterbrush, with a density of approximately 436 plants per acre spaced 10' x 10'. The total value of the contract will depend on the bids received, and the work will likely be evaluated based on cost and the ability to meet the specified planting density and area. This project aims to secure a contractor who can efficiently and effectively plant a large number of seedlings to enhance roadside vegetation.
    This file pertains to Wage Determination No. 1969-0113, outlining the minimum wage rates and fringe benefits for workers employed under the Service Contract Act in Nevada for forestry, land management, and cleaning services. The rates are revised as of June 6, 2024, and vary based on specific occupations within the industry. The document provides a comprehensive list of occupations, each with an associated hourly rate, ranging from $13.27 for tree planters to $24.40 for forestry technicians and heavy equipment operators. These rates are subject to adjustments under Executive Orders 14026 and 13658, which mandate a minimum wage of $17.20 and $12.90 per hour, respectively, for covered workers. Additionally, the determination specifies fringe benefits, including health and welfare allowances, paid vacation, paid sick leave under EO 13706, paid holidays, and uniform allowances. The document also outlines the process for requesting authorization for additional classifications and wage rates using Standard Form 1444, ensuring that unlisted occupations are appropriately classified and compensated. This wage determination ensures that workers in Nevada's forestry and land management sector receive fair and compliant compensation for their labor.
    Procurement Objective: The amendment to the solicitation seeks to incorporate a class deviation to the clause 52.222-55, "Minimum Wages for Contractor Workers Under Executive Order 14026," in all DOI solicitations and contracts subject to the FAR. Specifications and Requirements: The deviated clause requires contractors to annually adjust minimum wages paid to meet the applicable annual EO minimum wage. This amendment will remain in effect until the FAR is amended, the injunction is terminated, or the policy is otherwise rescinded. Scope of Work: While not explicitly stated, the scope of work likely involves ensuring compliance with the deviated clause by adjusting wages accordingly and incorporating the clause into existing contracts through bilateral modifications. Contract Details: Not provided in this excerpt. Key Dates: Responses to this amendment are due no later than 1:00 pm PDT on 08/20/2024. The period of performance is specified as 10/24/2024 to 01/01/2025. Evaluation Criteria: Not explicitly stated, but vendors' proposals will likely be evaluated based on their understanding and ability to comply with the deviated clause regarding minimum wage requirements. Summary: The amendment seeks to incorporate a class deviation regarding minimum wage requirements for contractor workers under EO 14026. Vendors must adjust wages annually to meet EO standards. This amendment applies to all relevant DOI solicitations and contracts, and existing contracts must be modified to include the deviated clause. Responses to this amendment are due by the specified deadline, with the period of performance starting on 10/24/2024. Vendors are expected to propose solutions that ensure compliance with the updated minimum wage requirements.
    The Bureau of Land Management (BLM) in Nevada is seeking assistance with the Ravenswood Fall Seedling Planting project. This project involves planting 100,000 bare root big sagebrush and antelope bitterbrush seedlings across approximately 230 acres of land within the BLM-managed Battle Mountain District. The government intends to award a firm-fixed-price contract to a small business, with a total value of $9.5 million. The period of performance for this contract is from October 24, 2024, to January 1, 2025. The contractor will be responsible for furnishing the necessary labor, equipment, supplies, and materials to plant the seedlings. The seedlings will be planted with a density of about 436 seedlings per acre, or an average of 10-foot by 10-foot spacing. The BLM has provided a detailed list of contract clauses, representations, and certifications that the contractor must comply with. These include standard FAR clauses, such as those related to payment by electronic funds transfer, as well as specific requirements like the use of the U.S. Department of the Treasury's Internet Payment Platform System (IPP) for invoicing. The evaluation of offers will be based on a best-value trade-off process, considering three factors in descending order of importance: technical capabilities, past performance, and price. For technical capabilities, the BLM will assess the offeror's proposed approach, equipment, quality control plan, key personnel, and project timeline. For past performance, the BLM requires a list of at least three similar projects completed in the last five years, with references. The price evaluation will assess the reasonableness of the proposed price relative to the solicitation requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    L--Areal Seeding of 287 Acres of Reclamation lands involved in the 2024 Plex Fire.
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified businesses to provide aerial seeding services for 287 acres of reclamation lands affected by the 2024 Plex Fire. This Sources Sought notice aims to assess the market capabilities of interested firms under NAICS code 115112, focusing on soil preparation, planting, and cultivating. The initiative is part of the government's wildfire recovery efforts, emphasizing the importance of restoring affected lands through effective seeding practices. Interested parties are encouraged to submit a capabilities statement by 12:00 MT on October 23, 2024, to Mathew Christopherson at mchristopherson@usbr.gov, noting that this notice does not constitute a formal solicitation and participation is voluntary.
    FARGO-MOORHEAD FOREST PLANTING
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking sources capable of providing labor, materials, and equipment for the Fargo-Moorhead Metropolitan Area Flood Risk Management Forest Planting project. This initiative aims to implement environmental mitigation measures associated with the larger Fargo-Moorhead Project, which focuses on significant flood risk management in the area. The project entails the development and execution of plans for planting, maintenance, and invasive species control across approximately 99 acres, including the establishment of trees, grasses, and forbs, along with five years of maintenance and monitoring. Interested firms must submit their capability statements and relevant qualifications to Mr. Scott Hendrix at Scott.E.Hendrix@usace.army.mil by 1:00 PM local time on October 24, 2024, to be considered for this planning opportunity.
    Intermountain Stewardship BPA
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, Forest Service, for the Intermountain Stewardship Blanket Purchase Agreement (BPA). The BPA will be used to issue future calls for hazardous fuels and restoration projects in Idaho, Nevada, Utah, and Western Wyoming. The scope of work includes cutting and removal of sawtimber, non-sawtimber, and/or biomass, mastication, hand cutting and piling, and road maintenance. 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 email account and be actively registered in SAM.gov to be eligible for award. Contact information for questions and submissions is provided.
    Morganza to the Gulf Reach A, Phase I, Bottomland Hardwood Coastal Zone, U.S. Army Corps of Engineers, New Orleans District
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New Orleans District, is seeking proposals for the purchase of Bottomland Hardwood (BLH) mitigation bank credits as part of the Morganza to the Gulf Reach A, Phase I Project. This procurement aims to mitigate unavoidable habitat impacts resulting from the construction of the MTG Project by acquiring LaDENR approved BLH credits to compensate for impacts in the Terrebonne Basin. The total estimated value of this contract is between $100,000 and $250,000, and a Request for Proposal (RFP) is expected to be issued on or about November 6, 2024. Interested vendors must be registered in the System for Award Management (SAM) database and can contact Evan Woitha at evan.g.woitha@usace.army.mil or Anedra Baldwin at anedra.a.baldwin@usace.army.mil for further information.
    F--Seed Collection and Delivery (IRA)
    Active
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors for a five-year Indefinite Delivery, Indefinite Quantity (ID/IQ) contract focused on native seed collection and delivery in Colorado, specifically aimed at restoring native vegetation within NPS units. The contract will involve collecting seeds from designated native species, adhering to the "Seeds of Success" protocol, and ensuring proper handling, storage, and delivery to genetic resource centers. This initiative is crucial for ecological restoration and biodiversity preservation in national parks, reflecting the government's commitment to environmental stewardship. Interested small businesses must submit their quotes by November 11, 2024, and can direct inquiries to Jacqueline Scott at jacquelinescott@nps.gov.
    Construct NVARNG Qualification Training Range Sources Sought
    Active
    Dept Of Defense
    The Department of Defense, specifically the Nevada Army National Guard, is seeking qualified contractors for the construction of a Qualification Training Range at the Hawthorne Army Depot in Nevada. This Sources Sought notice aims to identify potential sources, particularly small businesses, for a project estimated to cost between $10 million and $25 million. The selected contractor will be responsible for constructing a facility that is critical for military training and operational readiness. Interested parties must submit their intent to bid, along with a completed Sources Sought Information Request Form and a summary of relevant past projects, by October 31, 2024, to Alex Norris at alex.norris@us.af.mil.
    Bayou Caddy Ecosystem Restoration (Shoreline Stabilization) project
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the Bayou Caddy Ecosystem Restoration project in Mississippi, specifically targeting invasive vegetation control, particularly phragmites. The contractor will be responsible for developing a project plan, executing herbicide treatments, and submitting detailed reports to enhance native vegetation and improve habitat quality within a 22-acre restored marsh area. This initiative is crucial for extending the longevity of the marsh and ensuring successful ecological restoration, reflecting the government's commitment to sustainable environmental practices. Proposals must be submitted by October 24, 2024, at 4:00 PM, with evaluations based on the lowest price technically acceptable criterion; interested parties can contact Katie Niles at katie.niles@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil for further inquiries.
    F--Red Rock Canyon Conserv. Area Fee Collection Svcs.
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide fee collection services at the Red Rock Canyon National Conservation Area. The procurement aims to manage on-site ticket sales and reservations, ensuring high-quality customer service and compliance with federal financial guidelines, with a contract period from December 1, 2024, to November 30, 2025, and four optional one-year extensions through November 30, 2029. This opportunity is significant as it supports the management of a popular outdoor site that attracts millions of visitors annually, contributing to conservation efforts and enhancing visitor experiences. Interested small businesses must submit their quotations electronically by October 18, 2024, and can direct inquiries to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.
    NV FLAP 500(1) Red Rock Trail
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the NV FLAP 500(1) Red Rock Trail project located in Las Vegas, Nevada. This project involves the construction of a multi-use trail, a pedestrian bridge, and the widening of State Highway 159, with a focus on environmentally sensitive areas adjacent to the Red Rock Conservation Area. The anticipated contract, which is a total small business set-aside, has an estimated value between $5,000,000 and $10,000,000, with the advertisement scheduled for October 2024, award in December 2024, and construction expected to commence in January 2025. Interested parties can contact Laura Vallejos or Leslie Karsten at CFLcontracts@dot.gov for further information.
    Y--LAKE 318673; 324894; 332529 Extend Public Launch R
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting bids for the construction project titled "Extend Public Launch Ramp at Hemenway Harbor" in the Lake Mead National Recreation Area, Boulder City, Nevada. This project involves extending a public launch ramp, which includes excavation, grading, and the installation of precast concrete ramps, with a contract magnitude expected to exceed $10 million. The initiative is crucial for enhancing recreational access in response to decreasing lake levels while ensuring compliance with environmental regulations and maintaining public safety. Interested contractors must submit sealed offers by the specified deadlines, with the project scheduled for completion within 730 calendar days from the notice to proceed. For further inquiries, potential bidders can contact Dayna Omiya at daynaomiya@nps.gov or by phone at 720-910-0477.