THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ), OR AN INVITATION FOR BID (IFB). NO CONTRACT OR PURCHASE ORDER WILL BE AWARDED FROM THIS NOTICE. THE INTENT OF THIS MARKET RESEARCH EFFORT IS TO GAIN KNOWLEDGE OF VENDOR INTEREST, CAPABILITIES, AND QUALIFICATIONS AND TO RECEIVE INDUSTRY FEEDBACK REGARDING THE ATTACHED DRAFT SOW. THE RESULTING VENDOR RESPONSES WILL BE USED BY THE GOVERNMENT TO SHAPE THE ACQUISITION STRATEGY IN DEVELOPING A COMPETITIVE REQUIREMENT. THIS NOTICE AND THE ATTACHED DRAFT SOW IS INTENDED FOR THE PURPOSE OF INDUSTRY FEEDBACK ONLY AND IS NOT TO BE CONSTRUED AS AN ACTIVE SOLICITATION.
The United States Department of Agriculture (USDA) Forest Service, Procurement and Property Services (PPS) Field Procurement Operations (FPO) Southwest Zone intends to issue a solicitation for a multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for fuels treatment, wildfire hazard reduction, and related services. Work includes but is not limited to vegetation manipulation, burn unit preparation, stand improvement and other related activities. Reference the attached DRAFT Statement of Work for details. Region 3 includes eleven (11) National Forests and three (3) National Grasslands, located primarily in Arizona and New Mexico. The Forest Service may award contracts to multiple entities based on location and capability. Each contract is anticipated to be for a base period, up to one (1) year, and four (4), one (1) year option periods. The Forest Service cannot provide personnel or equipment to complete the requirements; therefore, the awarded contractor(s) must provide all management, supervision, labor, and supplies. Contractor personnel must have necessary expertise, qualifications, and experience to ensure performance of the work is conducted and completed in accordance with sound, safe, and efficient management practices and in compliance with any and all applicable regulations. Sources are being sought for entities with a North American Industry Classification System (NAICS) code 115310, Fuels Management Services, with a Small Business Size Standard of $34M. Responses are requested with the following information:
1. Vendor’s name, address, UEI, points of contact with telephone number(s) and e-mail address(es)
2. Business size/classification to include any designations as Small Business, HUBZone, Woman Owned, Service-Disabled Veteran Owned, 8(a), etc.
3. Description of capability to perform any or all of the following services (see attached Draft Statement of Work for a detailed description of each anticipated activity). Please include confirmation of the firm’s capability to perform manual-only, mechanical-only, or both manual and mechanical task categories:
A) Manual Treatment Tasks
- Manual Thinning
- Intermediate Treatment
- Lop and Scatter
- Manual Piling
- Hand Constructed Fireline
- Hand Constructed Fuel Break
B) Manual Treatment Tasks
- Mechanical Thinning
- Skidding/Decking
- Mastication
- Machine Piling
- Machine Fuel Break
- Machine Fireline
- Chipping/Grinding
4. Location(s) capable of performing services in Region 3.
NOTE: If your firm’s capability is limited to only certain Region 3 National Forests and/or Grasslands, please list all Region 3 National Forests and/or Grasslands that your firm is capable of supporting.
If you firm’s capability includes all Region 3 National Forests and Grasslands, please clearly indicate your firm’s capability to support Region 3 in its entirety.
5. Feedback, comments, and/or questions regarding the DRAFT Statement of Work.
The Government anticipates soliciting this requirement as a Total Small Business Set-aside.
Interested vendors can email responses to Matthew (Matt) Killian at matthew.killian@usda.gov. Responses must be received by 1700 Mountain Time, Friday, April 18, 2025.
Government replies to vendor responses are not guaranteed. This Sources Sought is not to be construed as a commitment by the Government of any kind. The Government is not liable for any vendor effort or cost incurred as a result of this notice, including but not limited to effort and costs associated with vendors’ preparation and submission of responses.