Malheur NF Tree Planting
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Forest Service is soliciting proposals for Tree Planting Services on the Malheur National Forest in John Day, OR, specifically within the Blue Mountain and Emigrant Creek Ranger Districts. This Total Small Business Set-Aside opportunity requires contractors to furnish all labor, equipment, supervision, transportation, and supplies for planting Government-furnished coniferous tree seedlings. The primary goal is to reforest approximately 5,000 acres, with an option for an additional 319 acres, in areas impacted by high-severity fires in 2024. Amendment 0001 extended the proposal deadline to April 2, 2026, at 5:00 PM PDT.
Scope of Work
The contractor will perform hoedad planting of coniferous tree seedlings across the Blue Mountain and Emigrant Creek Ranger Districts. The work period is generally between April 1, 2026, and June 30, 2026. Seedlings will be a mixture of bareroot and container stock (approx. 10% container). Key responsibilities include strict seedling handling (maintaining 33-38°F during transport, below 45°F in bags), proper planting techniques (e.g., microsite planting, 24" scalps for Sand and Rail Ridge units), and adherence to a 90% planting quality standard. Charges apply for wasted Government-furnished seedlings.
Contract Details & Submission
This is a Firm-Fixed Price, Requirements contract. Offers must be submitted electronically via email to kevin.flores@usda.gov. Submissions require three separate attachments: Technical Capability (Word/PDF), Past Performance (PDF), and Price (Excel).
Evaluation Factors
Award will be made to the offeror providing the most advantageous quote, based on:
- Past Performance: Recency, relevancy, and quality.
- Experience: Similar nature and scope in comparable geographical conditions.
- Technical Approach: Key personnel, crews, vehicles, equipment, production rates, and estimated days.
- Price.
Key Requirements & Standards
Contractors must develop a written job-specific Safety Plan and a Quality Control Plan (QCP). The Government Quality Assurance Plan (QAP) details inspection procedures, including plot installation and quality calculation. Specific exhibits provide visual guidance on planting techniques (hoe, shovel), correct/incorrect seedling placement, root measurement, weather guidelines for planting (e.g., maximum wind velocity based on temperature), and site preparation (scalping, micrositing). A Job Hazard Analysis (JHA) identifies potential risks such as aggressive animals, hypothermia, tool use, and hazards in wildfire-burned areas, outlining abatement actions and PPE. Fire protection and suppression requirements are in effect from April 1 to October 31, requiring a fire plan and compliance with Industrial Fire Precaution Levels (IFPLs).
Important Notes
Amendment 0001 extended the response deadline and incorporated a revised Performance Work Statement (PWS Rev.2). Offerors must acknowledge this amendment. A U.S. Department of Labor Wage Determination (WD_77-0079_Rev.81) specifies minimum hourly wage rates and benefits for forestry and logging services in Oregon, which bidders must comply with. Site visits are not scheduled but encouraged at the offeror's expense.