Search Contract Opportunities

BCLH Stewardship IRSC Phase 1   3

ID: 12363N25R4001 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: April 21, 2025, 2:03 p.m. EDT

DESCRIPTION

Background: The BCLH Stewardship IRSC Phase 1 shall be awarded under the following authority:

Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014 Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999.

Stewardship authority grants the Forest Service the authority to aggregate stewardship work activity requirements and solicit those requirements utilizing full and open competition.

This notice is issued for informational purposes only and to provide an opportunity for fall viewing of the project site prior to issuance of the solicitation. The government also wants to generate interest in the project and values early feedback from industry regarding the requirement. The final contract requirements are still being developed and therefore, the information provided is subject to change. Offers should not be developed based on the draft information provided in this notice.

Project Location:

The BCLH Stewardship IRSC Phase 1 project is located approximately 2 to 12 miles east of Detroit, OR within the burn scars of the Beachie Creek Fire and Lionshead Fire, both of which occurred in 2020. The total project area is 1612 acres in size and is located on the Detroit Ranger District of the Willamette National Forest. Access to the project is via State Highway 22 heading east from Detroit. The ground to be treated is within Sec 31-36, T09S, R06E; Sec 3, 4, 8-10,15-17,19,36 T09S, R06E; Sec 20,22-29, T10S, R06E; Sec 1-11, T10S, R07E; Sec 18,19, 1-5,19 T10S, R08E; Willamette Meridian, Surveyed & Unsurveyed, Marion County, Oregon. Draft Vicinity Maps which include Phase 1 as well as Phases 2 and 3 pre-solicited separately have been provided as an attachment to this notice. All the roads to be treated via this contract are detailed on the maps.

Period of Performance: The tentative date for completion of all Mandatory work is October 15, 2027. Optional work shall be completed by October 15, 2028. Fish logs must be delivered by May 1, 2026.

The anticipated operational season for all work activities is the dry season only - approximately May 15 October 15 annually.

Description of Work:

The objectives of this project are to reduce the risks of hazardous fuels that have fallen across or remain standing along important access routes within the 2020 fire-affected road system so that access to and through the burned area can be restored. Activities include performing mitigation of risk along roads from fire killed/damaged trees, reduction of roadside fuel accumulation and essential maintenance and reconstruction of roads. The following work activities shall be required. The work shall be broken out as Mandatory and Optional work in the solicitation.

  • Cut and remove fire killed trees within 100 feet of roads (approximately 350 acres designated as Mandatory and 220 acres Optional). Hazard trees to be cut are Designated by Prescription.
  • Fall and leave non-commercial hazard trees within Special Measure Areas (SMAs). SMAs may include Riparian Reserves, cultural resource areas, wildlife habitat protection areas or other areas that requires special protections. This work is located within 100 feet of the road. SMAs do not overlap acres that require the cutting and removal of fire killed trees. Approximately 325 acres are designated as Mandatory and 145 acres Optional.
  • Within unit polygons, fall and leave hazard trees that can strike the road outside of the 100-foot fuels removal area (approximately 41 acres designated as Mandatory and 12 acres Optional).
  • Perform small fuels treatment within 30 feet of roads (approximately 314 acres designated as Mandatory and 158 acres Optional). Fuel to be treated includes existing downed or cut trees less than 16-inch DBH that do not meet the fuel loading standard. Material can be removed using a variety of methods. Piling of fuels for burning is not allowed.
  • Perform road reconstruction during the dry season (May 15-October 15) (approximately 54 miles designated as Mandatory work and 27 miles Optional). Mandatory construction work includes standard ditch and road reconditioning, 38 culvert replacements with sizes that vary from 24 to 60-inch culvert, approximately 37,000 SF of reinforced soil slope and 5,100 MSE wall construction, 4.5 miles of full depth reclamation, 9,700 tons of asphalt concrete placement, and placement of approximately 1,000 CY of sub-base and 1,575 CY surface course aggregate. Forest Service roads: 2231000, 2231701, 2231810, 2231840, 2231850, 2231870, 4685000, 4685310, 4685312, 4685330 are planned for treatment. The Government's estimate for the Mandatory reconstruction work is between $5,000,000 and $10,000,000. Optional construction work includes road reconditioning and one 24-inch culvert replacement. Forest Service roads: 2231518, 2231721, 2231730, 4600030, 4688000, 4688133, 4688240, 4693000, 4693640 are planned for treatment. The Government's estimate for the Optional reconstruction work is between $100,000 and $250,000.
  • Perform pre-haul, during-haul and post-haul road maintenance within the Contract Area (approximately 54 miles Mandatory - Forest Service roads: 2231000, 2231701, 2231810, 2231840, 2231850, 2231870, 4685000, 4685310, 4685312, 4685330 and 27 miles Optional - Forest Service roads: 2231518, 2231721, 2231730, 4600030, 4688000, 4688133, 4688240, 4693000, 4693640). General T-specifications applicable to the work: blading, surfacing, maintenance for high clearance vehicle use, cutting roadway vegetation and water supply/watering.
  • Yard and deliver non-commercial fish logs to 3 deck locations. 525 logs (greater than 8-inch DBH) and up to 350 cubic yards of slash (woody debris less than 8-inch DBH) shall be delivered by May 1, 2026.
  • Remove hazardous fuels greater than 16 from Unit LH-62 (30 acres) that are within 100 feet of the road. These fire-killed trees are in the McCoy Recreation Area and were cut in fall of 2024. Commercially viable material may be scaled and removed from National Forest System lands. Non-commercial material may be utilized for fish logs, chipped, or disposed of at the contractor's discretion but must be removed from NFS lands until maximum fuel loading standards are met. This is a Mandatory work item.
  • Fall and leave individual hazard trees that are outside of units but within striking distance of the road (not-to-exceed 1500 individual trees). Designated trees adjacent to the listed units that fall outside the unit polygon but are still tall enough to fall and strike the road (adjusted for slope), shall be felled. Trees felled into the 100-foot removal area must be left on site and will count towards the downed wood requirement. Trees to be felled must be pre-approved by a COR prior to cutting. Contractors will track individual trees that are felled with a log of GPS points and date of COR approval. This is an Optional work item.

Equipment required for tree cutting will operate from within the road prism if slopes exceed 30%. Equipment may be utilized off the road prism on slopes <30% during the normal operating season (May 15th to October 15th) using slash mats. See table below for estimated treatment acres by slope generated from LiDAR data. Shape files will be provided as an attachment to the solicitation.

Phase 1 Slope Data

>30% Mandatory Acres: 394, Optional Acres: 207

<30% Mandatory Acres: 314, Optional Acres: 156

Fire severity varied across the treatment areas; burn severity maps and tables shall be provided with the solicitation for planning purposes. Below is a summary of treatment acre condition.

Phase 1 Burn Severity

Low Basal Area Mortality (0-25%) Mandatory Acres: 96, Optional Acres: 92

Moderate Basal Area Mortality (26-50%) Mandatory Acres: 104, Optional Acres: 66

High Basal Area Mortality (>50%) Mandatory Acres: 532, Optional Acres: 208

Estimated Timber Volume and Species composition is as follows:

Forest product volume estimates for the cut and removal of fire killed trees is provided below. Volume quantities are made available with the understanding that values shown are Forest Service estimates and are not guaranteed. Interested Contractors are urged to examine the individual contract areas and make their own estimates. Approved LIDAR and RAV data has been used to determine volume on the BCLH Stewardship IRSC Phase 1.

Mandatory Acres - Cut and Remove Fire Killed Timber within 100' of the road: 350 acres - 52,678 volume (TONS)

Optional Acres - Cut and Remove Fire Killed Timber within 100' of the road: 220 acres - 24,770 volume (TONS)

Mandatory - Remove hazardous fuels greater than 16 from Unit LH-62 - within 100 feet of the road: 30 acres, 1030 volume (TONS)

Pre-Solicitation Site Visit Date and Time:

Prior to solicitation, the Forest will hold a site visit for prospective contractors to facilitate dialogue on contractual requirements that are anticipated in the contract and any operational limitations foreseen by attendees. The site visit will be held on Monday, November 4, 2024, at 9:00 a.m. PT with the initial meeting location at Detroit Ranger Station, 44125 North Santiam Highway SE, Detroit, OR 97342. Contractors shall email Karen Ruklic by noon on Friday, November 1, 2024, if they are planning to attend the meeting.

Since the solicitation will be issued while the project area is inaccessible due to snow, it is critical that interested vendors attend the site visit. Vendors that wish to view the site independently will need an approved Road Use Permit and codes for 3 gates. Review the Project Area Access Instructions provided as an attachment. Email Heidi Andersen (heidi.andersen@usda.gov), Brett Blundon (brett.blundon@usda.gov) and Darrin Neff (darrin.neff@usda.gov) at least 2 business days prior to visiting to complete the required paperwork and receive approval to access the roads and receive gates codes and/or key.

Draft Documents:

The following draft documents shall be supplied prior to the site visit:

Schedule of Items - Provided 10/29/2024

Appendix A Technical Specifications for Service Work Items - Provided 10/30/2024

Appendix B Timber Removal Specifications Scaled - Provided 10/30/2024

Appendix C Road Maintenance Specifications - Provided 10/29/2024

Draft Construction Tables, Worklists and Typicals - Provided Typicals 10/29/2024, no further drafts will be provided

Draft Maps and Tables (TBD) - Provided 10/29/2024

Final Solicitation Issuance:

It is anticipated that the Request for Proposals with all attachments shall be issued on or around May 2, 2025 with award planned for approximately July 7, 2025. The contract shall be awarded using a best value source selection method; the resulting contract shall be a firm fixed price contract. Service Contract Act and Construction (Davis Bacon) Wage Determinations will be provided when the contract IRSC is solicited.

Construction Bonding:

A bid bond or other acceptable bid guarantee valued at 20% of the construction total price offered (all Mandatory and Optional Items combined) shall be required and submitted with the initial offer. Bonding shall be required in connection to the value of the awarded construction work only. Payment and Performance bonds valued at 100% of the total construction price shall be required from the contract awardee.

Point of contacts: Karen Ruklic, Contracting Officer, with the National Stewardship Contracting Branch at karen.ruklic@usda.gov, 208-702-3519 and Heidi Andersen, Disaster Recovery Project Manager, heidi.andersen@usda.gov, for questions regarding the solicitation. Follow this notice on sam.gov for future notifications.

Posting was edited on 10/21/24 to indicate how road maintenance and construction work is being broken out between Mandatory and Optional Items. Posting was edited on 10/22/24 to correct the month stated for the site visit from October to November. Draft documents provided 10/29/24 and 10/30/24. Site Visit Notes posted on 11/8/24. Posting was edited on 1/21/25 to change the notice inactive date from 2/10/25 to 6/15/25.

Posting was edited on 4/21/25 to update the estimated solicitation and award timelines. Forest management determined that solicitation of Phase 1 shall occur after Phase 3 (12363N25R4003) and solicitation of Phase 2 (12363N25R4002) shall occur last so long as funding is available. The description was also changed to limit the prosecution of work to the dry season May 15 - October 15 only and remove the requirement to harden roads with aggregate. This decision was made based on the cost of the aggregate supply and placement and the high elevations at which the work is being performed. The estimated construction price ranges were validated/updated to reflect the reduced values with aggregate placement removed and the road work estimated quantities were updated. Please note that all the information herein is still draft and that the work completion deadlines are subject to change.

Posted: Jan. 21, 2025, 10:45 a.m. EST
Posted: Nov. 8, 2024, 12:58 p.m. EST
Posted: Oct. 30, 2024, 6:36 p.m. EDT
Posted: Oct. 29, 2024, 7:35 p.m. EDT
Posted: Oct. 22, 2024, 12:32 p.m. EDT
Posted: Oct. 21, 2024, 3:37 p.m. EDT
Posted: Oct. 19, 2024, 1:19 p.m. EDT
Background
The BCLH Stewardship IRSC Phase 1 project is being awarded under the U.S. Forest Service's stewardship authority, which allows for the achievement of land management goals on National Forests or public lands. This authority is granted by Section 604 of Public Law 108-148 and amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014.

The project aims to mitigate hazardous fuels and restore access routes affected by the Beachie Creek Fire and Lionshead Fire in 2020, covering a total area of 1612 acres within the Detroit Ranger District of the Willamette National Forest.

Work Details
The project involves various tasks aimed at reducing hazardous fuels and restoring access routes. Key activities include:
1. Cut and remove fire-killed trees within 100 feet of roads (350 acres Mandatory, 220 acres Optional).
2. Fall and leave non-commercial hazard trees within Special Measure Areas (325 acres Mandatory, 145 acres Optional).
3. Fall and leave hazard trees that can strike the road outside of the 100-foot removal area (41 acres Mandatory, 12 acres Optional).
4. Perform small fuels treatment within 30 feet of roads (314 acres Mandatory, 158 acres Optional).
5. Conduct road reconstruction during the dry season (54 miles Mandatory, 27 miles Optional), including ditch reconditioning, culvert replacements, reinforced soil slope construction, asphalt placement, and aggregate placement.
6. Perform pre-haul, during-haul, and post-haul road maintenance (66 miles Mandatory, 50 miles Optional).
7. Yard and deliver non-commercial fish logs to three deck locations by May 1, 2026 (525 logs and up to 350 cubic yards of slash).
8. Remove hazardous fuels greater than 16 inches from Unit LH-62 within 100 feet of the road (30 acres Mandatory).
9. Fall and leave individual hazard trees outside units but within striking distance of the road (not-to-exceed 1500 individual trees) as an Optional work item.

Period of Performance
The tentative completion date for all mandatory work is October 15, 2027; optional work shall be completed by October 15, 2028. Fish logs must be delivered by May 1, 2026.

Place of Performance
The project is located approximately 2 to 12 miles east of Detroit, OR within Marion and Lane County.

Overview

Response Deadline
None
Posted
Oct. 19, 2024, 1:19 p.m. EDT (updated: April 21, 2025, 2:03 p.m. EDT)
Set Aside
None
Place of Performance
Detroit, OR 97342 United States
Source

Current SBA Size Standard
$11.5 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
84%
On 10/19/24 Forest Service issued Presolicitation 12363N25R4001 for BCLH Stewardship IRSC Phase 1. The opportunity was issued full & open with NAICS 115310 and PSC F099.
Primary Contact
Name
Karen Ruklic, Contract Specialist   Profile
Phone
(208) 702-3519

Secondary Contact

Name
Heidi Andersen   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Disaster Recovery Program Brett Blundon Profile brett.blundon@usda.gov (541) 225-6333

Documents

Posted documents for Presolicitation 12363N25R4001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation 12363N25R4001

Award Notifications

Agency published notification of awards for Presolicitation 12363N25R4001

Contract Awards

Prime contracts awarded through Presolicitation 12363N25R4001

Incumbent or Similar Awards

Contracts Similar to Presolicitation 12363N25R4001

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 12363N25R4001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 12363N25R4001

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > USDA-FS, STEWARDSHIP CONTRACTING BRANCH
FPDS Organization Code
12C2-12363N
Source Organization Code
500169655
Last Updated
June 15, 2025
Last Updated By
karen.ruklic@usda.gov
Archive Date
June 15, 2025