Seed collection service in the southern Blue Mountains of the Malheur National Forest
ID: 1240BE25Q0029Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA NORTHWEST 3Portland, OR, 972042829, USA

NAICS

Forest Nurseries and Gathering of Forest Products (113210)

PSC

NATURAL RESOURCES/CONSERVATION- SEED COLLECTION/PRODUCTION (F009)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking proposals for seed collection services in the southern Blue Mountains of the Malheur National Forest, Oregon. The project requires contractors to locate, map, and collect specified quantities of native seeds, ensuring adherence to rigorous quality standards throughout the process. This initiative is crucial for ecological restoration and conservation efforts, emphasizing the importance of preserving genetic diversity in native plant species. Interested small businesses must submit both a Technical Proposal and a Price Proposal by the specified deadlines, with the contract period commencing on September 16, 2025, and an option for extension until November 30, 2027. For further inquiries, potential bidders can contact Thomas Hammerle at thomas.hammerle@usda.gov.

    Point(s) of Contact
    Thomas Hammerle Contracting Officer
    thomas.hammerle@usda.gov
    Files
    Title
    Posted
    The solicitation number 1240BE25Q0029 seeks quotes for seed collection services in the Malheur National Forest, specifically within the southern Blue Mountains of Baker, Oregon. This Request for Quotation (RFQ) aims to establish a Firm-Fixed-Price contract, exclusively open to small businesses as a Total Small Business Set-Aside. The work involves locating, mapping, collecting, packaging, and delivering seeds from specified native species. The contract period consists of a 14-month base period starting September 16, 2025, followed by an 18-month option period commencing May 1, 2026. Offerors must submit two proposals: a Technical Proposal detailing past performance and technical capabilities, and a Price Proposal with acknowledgment of any amendments. Evaluation will focus on price, past performance, and technical capability, following established federal guidelines. The document includes various standard provisions and clauses under the Federal Acquisition Regulation (FAR) that the contractor must comply with throughout the contract duration. Compliance with labor laws and regulations regarding subcontracting, wages, and ethical conduct is emphasized, ensuring that the project adheres to federal statutes and promotes small business participation. The comprehensive nature of the document underscores the government's commitment to environmental sustainability and resource conservation through proper seed collection practices.
    The Quality Assurance Surveillance Plan (QASP) for the USDA outlines procedures for post-fire seed collection in the Southern Blue Mountains Malheur National Forest, under solicitation number 1240BE25Q0029. The QASP aims to ensure that the contractor meets performance standards as specified in the performance work statement (PWS). It establishes methods for monitoring performance, defining roles and responsibilities, and evaluating the contractor's quality control processes. Key sections include performance standards and acceptable quality levels (AQLs), which detail expectations while allowing for minor deviations. Non-performance protocols outline documentation requirements for any deficiencies and remedial actions for addressing contractor failures. The plan assigns specific responsibilities to both the contractor and the government, including oversight by the Contracting Officer (CO) and the Contracting Officer Representative (COR). Surveillance methods are described as crucial tools for assessing compliance, with processes for analyzing performance results. The document emphasizes maintaining high-quality seed collection standards and outlines penalties for non-compliance. Appendices detail purity standards and daily diary forms for recording contractor activities, ensuring accountability and thorough evaluation of performance throughout the contract duration. Overall, the QASP serves as a comprehensive framework for quality assurance during the seed collection project.
    The government file outlines a request for proposal (RFP) for seed collection and related services over two periods: a base period from September 16, 2025, to November 30, 2026, and an option period from May 1, 2026, to November 30, 2027. The key tasks outlined include selecting and mapping seed collection zones, collecting specific seed types with defined minimum and maximum weights, and managing the cleaning, packaging, labeling, storage, and delivery of these seeds. Each item in the price schedule specifies quality requirements, noting a payment reduction for seed lots with less than 90% purity. Invoices must adhere to specific criteria, including a final statement relieving the government of further liability regarding the contract. The document emphasizes the meticulous requirements for seed collection while ensuring alignment with the project work statement (PWS) provisions. Overall, this RFP serves to facilitate the procurement of ecological seed collection services that meet governmental standards, ensuring both quality and compliance throughout the process.
    The Performance Work Statement (PWS) for the USDA outlines the requirements for a seed collection project in the Southern Blue Mountains Malheur National Forest. The primary objective is to locate, map, and collect specified quantities of native seeds from identified species, ensuring the collection meets defined quality standards. The project is expected to span from September 16, 2025, to November 30, 2026, with an optional extension. Key tasks include the identification of appropriate collection sites, rigorous standards for seed collection, and detailed protocols for cleaning, packaging, and delivering seeds. Contractors must possess expertise in native plant identification and seed collection, using GPS for precise documentation and adhering to environmental guidelines to prevent contamination from noxious weeds. The finished seed must comply with established purity and cleanliness standards before being delivered to the Government for inspection and acceptance. The document provides specific criteria for site selection, collection methodology, and stringent quality control measures, emphasizing the importance of preserving genetic diversity and ensuring the viability of the collected seeds. Overall, the PWS serves as a comprehensive framework for contractors to successfully execute the project while adhering to government regulations and environmental standards.
    The document outlines Wage Determination No. 1977-0079, issued by the U.S. Department of Labor under the Service Contract Act (SCA), which mandates minimum wage rates for contractors in Oregon engaged in Forestry and Logging Services. Effective from January 30, 2022, contracts are required to pay workers at least $17.75 per hour in compliance with Executive Order 14026, or a higher applicable wage if listed in the determination. The document lists specific occupational codes with corresponding wage rates, including $34.41 for Faller/Bucker and $15.58 for General Forestry Laborer. It also details fringe benefits, including health and welfare requirements and paid sick leave as per Executive Order 13706, mandating 1 hour of paid sick leave for every 30 hours worked. Contractors must comply with stipulations regarding uniform costs and additional classifications when job roles differ from those specified in the wage determination. Overall, this document serves as a regulation guideline for federal contracts, ensuring fair wages and worker protections in Oregon’s forestry sector.
    Similar Opportunities
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    BFR 2025 NPL PCT, Buck, & Grapple Pile - Flat III Call Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is issuing a Notice of Intent for a Blanket Purchase Agreement (BPA) Call to acquire services for precommercial thinning, bucking, and grapple piling in Bend, Oregon. This procurement aims to treat a total of 1,137 acres, consisting of 509 mandatory acres and 628 optional acres, focusing on recently harvested and natural stands. The services are critical for managing forest health and reducing fire hazards by effectively treating created fuels through specified forestry activities. Interested small businesses must submit their offers by December 10, 2025, at 4:30 PM PT, with the estimated period of performance extending through November 30, 2026. For further details, potential bidders can contact Andrea Pollock at andrea.pollock@usda.gov.
    Camas Prairie Fence
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    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.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Deschutes NF - West Bend Rock Road Closure
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.
    Malheur NF, Rail Ridge Cattleguard Replacement Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at Malheur National Forest, is seeking qualified vendors to provide cattleguards and components for disaster recovery efforts in the Rail Ridge Fire Area. The procurement involves the purchase of four complete cattleguard assemblies and three additional base assemblies, all of which must meet specific engineering standards, including HS-20 load ratings and construction from painted yellow metal. This initiative is critical for restoring access and ensuring the safety of local roadways following the fire incident. Interested parties must submit their quotes by December 10, 2025, at 4:30 PM PT, and acknowledge all amendments to the solicitation, with the delivery of goods expected by February 10, 2026. For further inquiries, vendors can contact Andrea J. Pollock at andrea.pollock@usda.gov.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    Bessey Nursery- Seedling Shipment
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide trucking services for the shipment of perishable nursery stock from the Bessey Nursery in Halsey, Nebraska, to various states including Nebraska, South Dakota, North Dakota, Colorado, Wyoming, New Mexico, and Arizona. The contract, identified as solicitation number 1240LP26Q0002, requires bidders to demonstrate their ability to meet delivery requirements, provide a list of equipment and qualified personnel, and include at least one valid Commercial Driver’s License. This procurement is crucial for the timely delivery of tree seedlings, which are essential for reforestation and environmental conservation efforts. Interested parties must submit their quotations by December 9, 2025, and can contact Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801 for further information.