In-Stream and Log Hauling Services - Mining Reach Phase II
ID: 1240BF25Q0057Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEPACIFIC NORTHWEST REGIONAL OFFICEPORTLAND, OR, 97204, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)

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 In-Stream and Log Hauling Services as part of the Mining Reach Phase II project in the Wind River Watershed, located in Carson, Washington. The primary objective of this procurement is to enhance salmon habitat for ESA-listed lower Columbia Steelhead by adding large woody debris to the river, which will improve water quality and streambank stability. This total small business set-aside contract, under Solicitation Number 1240BF25Q0057, is structured as a Requirements contract with a performance period from February 1, 2026, to January 31, 2031, and requires offers to be submitted electronically by January 19, 2026, at 1:00 PM (PST). Interested parties can contact Darnell Williams at Darnell.Williams@usda.gov or by phone at 458-212-6091 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service is seeking proposals for in-stream restoration services in the Wind River Watershed, Carson, Washington, under Solicitation Number 1240BF25Q0057. This Request for Proposal (RFP) is a total small business set-aside with NAICS code 115310. The contract type will be a Requirements contract with Firm Fixed Price and Time and Material CLINs. The performance period is from February 1, 2026, to January 31, 2031. Offers must be submitted electronically by January 19, 2026, at 1:00 PM (PST) and include technical capability (relevant experience, past performance, Quality Control Plan) and price. Technical capability is significantly more important than price. The solicitation incorporates various FAR and AGAR provisions and clauses, including those related to offer submission, evaluation, and contract terms. An Ombudsman Program is available for agency protests.
    The document outlines an incentive program for contractors involved in tree tipping, specifically for Item 2: Directionally Pull Trees with Roots Attached with Cable Yarder (Tree Tipping). The program aims to reduce bole breakage when manipulating large wood by offering bonuses for trees or snags with at least 90% of their bole unbroken. Incentives are tiered based on the tree's diameter at breast height (DBH) and whether the root wad is greater or less than three feet in average diameter. For root wads three feet or greater, bonuses range from $50 to $300, while for root wads less than three feet, bonuses range from $25 to $150. Any discrepancies in unbroken piece counts between the government and contractor must be reconciled before invoicing, with government figures prevailing if no reconciliation occurs.
    The Wind River Mining Reach Phase II Restoration project aims to improve salmon habitat for ESA-listed lower Columbia Steelhead in the Wind River Watershed. The project involves adding large woody debris to the river using large wood obtained from nearby harvest units. This will enhance pool quality and quantity, slow stream flow, increase streambank stability, and improve overall water quality. The instream restoration site is located approximately 45 miles northeast of Carson, Washington. The work includes mobilization, transporting and placing trees with root wads attached, constructing log jams according to engineered designs and on-site recommendations from the Contracting Officer’s Representative (COR), and rehabilitating disturbed areas. The COR will provide designs and oversight, while the contractor supplies equipment and operators on an hourly rental basis. All equipment must be cleaned to prevent the spread of invasive species before entering National Forest Lands. Project and log structure designs are provided as templates, with final construction adapted to site-specific conditions under the COR's guidance.
    This government file outlines a Schedule of Supplies/Services for a Stream Restoration & Log Haul project in the Gifford Pinchot National Forest. The project details various tasks including mobilization for heavy equipment, directional tree pulling with roots attached (tree tipping) for specific tree diameters, configuring in-stream wood structures, and redistributing stream bed materials using excavators and grapple skidders. It also includes provisions for incentives, portable restrooms, and log hauling services using log trucks. The document specifies estimated quantities for each item and requires heavy equipment to be furnished with an operator. Key sections are left blank for project-specific information such as start date, performance time, UEI, and email.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the Wind River Road Slide Reconstruction project (Solicitation No. 69056725B000013) in Skamania County, Washington. This project, designated as a total small business set-aside, involves the construction of road and bridge infrastructure over a distance of 0.5 miles, with an estimated budget ranging from $5,000,000 to $10,000,000. The successful contractor will be required to adhere to federal specifications and regulations, including a fixed completion date of October 30, 2026, and must submit bids in printed format along with necessary documentation such as SF 1442 and a valid bid bond. Interested parties can reach out to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    WA ERFO NPS OLYM 2022-1(3), OLYMPIC NPS ERFO REPAIRS 2022 Road 107
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the WA ERFO NPS OLYM 2022-1(3) project, which involves bank stabilization and road repairs on Upper Hoh Road in Jefferson County, Washington. The project encompasses approximately 0.12 miles of construction work, including the installation of riprap, engineered log jams with dolosse, and various erosion control measures to enhance environmental stability. This initiative is crucial for maintaining the integrity of the roadway and protecting the surrounding ecosystem, with an estimated contract value between $2,000,000 and $5,000,000. Interested contractors should prepare for a tentative solicitation release in Spring 2026 and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WA FLAP JEFFER 134309(2), Two Trout Creek Culvert Replacement
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the WA FLAP JEFFER 134309(2) project, which involves the replacement of a failing culvert at Oil City Road MP 0.5 in Jefferson County, Washington. The primary objective of this procurement is to construct an Aquatic Organism Passage (AOP) culvert to enhance fish passage in a tributary to the Hoh River, addressing environmental concerns while ensuring compliance with federal standards. This project, approximately 0.1 miles in length, has an estimated cost between $2,000,000 and $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion deadline in Winter 2026. Interested bidders can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520.
    End of the World Long Term Stewardship
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WA NP OLYM 115(1), Repair Storm Damage on Mora Road
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the "Repair Storm Damage on Mora Road" project located in Olympic National Park, Washington. This project, designated as WA NP OLYM 115(1), involves repairing approximately 0.1 miles of road, including tasks such as mobilization, erosion control, and the installation of engineered log structures to mitigate erosion and enhance fish habitat. The estimated contract value ranges from $2 million to $5 million, with a bid opening date extended to January 28, 2026. Interested bidders can obtain further details and submit their proposals by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides and restore road conditions on two Forest roads, including the construction of retaining structures, resurfacing, and implementing erosion control measures. The project is critical for maintaining safe access and environmental integrity in the affected areas, with a performance period of 250 calendar days expected to commence in February 2026. Interested contractors must submit their proposals by January 13, 2026, at 10:00 AM PST, and can direct inquiries to Tanya Torres at tanya.torres@usda.gov.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    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
    Agriculture, Department Of
    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.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Mount Rainier ERFO Repairs 2022 project, located approximately 31 miles southeast of Puyallup, Washington. The project involves essential infrastructure repairs including bank stabilization with rip rap revetment, grading, drainage, and paving over a length of 0.18 miles, with an estimated contract value between $700,000 and $2,000,000. This initiative is crucial for maintaining the integrity of roadways within the Mount Rainier National Park and surrounding areas, ensuring compliance with environmental protection standards. Interested vendors should note that this is a total small business set-aside opportunity, with a tentative solicitation date in Winter 2024/2025 and completion expected by Fall 2025; for further inquiries, contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.