F--WFO 2026 - MANNAUL CUTTING/PILING
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 Department of the Interior, Bureau of Land Management (BLM), through the National Interagency Fire Center, has issued a Solicitation (RFQ) for manual cutting and piling services for fuels reduction. This Total Small Business Set-Aside opportunity involves manual thinning, piling, and lop and scatter of conifer tree species across approximately 980 base acres and 256 optional acres. The award will be a firm-fixed price purchase order based on Lowest Price Technically Acceptable (LPTA) evaluation. Quotes are due by April 8, 2026, at 0900 MDT.
Scope of Work
The contractor will perform manual fuels reduction services, including:
- Slashing and Piling: Primarily for Ponderosa pine (>12” DBH restriction) at Jacobs Creek, Rome Hill, and Sand Draw. This includes cutting and piling conifer tree species according to specified standards.
- Lop and Scatter: For all conifer tree species (excluding Ponderosa pine) regardless of size, at Rome Hill and Wagonhound.
- General Conifer Cutting: All conifer tree species, including Douglas fir, lodgepole pine, limber pine, and spruce, must be cut regardless of size, with the exception of Ponderosa pine.
- Equipment: Work must be completed using hand equipment (chainsaws with approved spark arrestors). ATVs and UTVs may be used for transport; no heavy equipment is permitted.
- Quality Control: Contractors must establish and maintain a Quality Control Program.
Contract Details
- Contract Type: Firm-Fixed Price Purchase Order
- Period of Performance: Overall from June 15, 2026, to September 25, 2026. Specific completion dates vary by location (Wagonhound: August 15, 2026; Jacobs Creek, Rome Hill, Sand Draw: September 15, 2026).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 115310 – Support Activities for Forestry - Fuels Management Services (Small Business Size Standard: $34M)
Submission & Evaluation
- Submission Requirements: Quotes must include a signed SF1449, a work schedule, a technical proposal (detailing capability, experience, equipment, and personnel), past performance references, and a completed Price Proposal Schedule. Signature on Amendment 0001 is required for award consideration.
- Evaluation: Selection will be based on the Lowest Price Technically Acceptable (LPTA) method.
- Quote Deadline: April 8, 2026, at 0900 MDT.
Additional Notes
- No formal site visit is scheduled, but contractors may visit treatment units at their own discretion. Geo-referenced maps are available upon request.
- Offerors must be actively registered in SAM.gov.
- Wage determination is provided.
- Access details for specific areas (Cottonwood, Wagonhound) have been clarified in Amendment 0001 Q&A.
- Technical questions were due March 30, 2026, and answers provided April 1, 2026.