Bitterroot Front 10 Year G-Z IRSC
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 U.S. Forest Service (USDA-FS) is re-issuing a Request for Information (RFI) for the Bitterroot National Forest 10-Year Integrated Resource Stewardship Contract (IRSC). This initiative aims to reduce catastrophic wildfire risk, accelerate forest restoration, and bolster regional wood utilization capacity in Montana. This RFI seeks feedback on draft documents for an anticipated Firm Fixed-Price IDIQ contract.
Project Overview & Scope
The project plans to treat approximately 13,000 acres across the Bitterroot Front Planning Area over a 10-year period, with potential for additional acres. A minimum of 90,000 CCF (approximately 45 million board feet) of commercial timber is anticipated. Key service work includes:
- Road maintenance, reconditioning, construction, and decommissioning.
- Timber removal (logging and transportation).
- Timber sale preparation (harvest unit layout, GPS traversing, marking, cruising).
- Biomass removal (thinning, slashing, chipping, transportation).
- Noxious weed and stump spraying. Initial task orders may include Spoon McCoy, Sharrott Salvage, Square Tin, and Fred Burr projects. The contract may involve 2-4 initial task orders, with up to 22 total, and a preference for 6-10 awardees. Virtual boundaries (geo-fences) may be utilized for unit designation.
Anticipated Contract Details
The anticipated contract type is a Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) with economic adjustment. The overall period of performance is expected from the date of award through October 15, 2036. Task order performance periods are contemplated for 3-5 years.
- Payment Terms: Minimum timber value based on base/appraised rates; service work priced by acre or linear foot.
- Wage Requirements: Davis-Bacon wages for road construction; Service Contract Act wages for non-construction service work.
- Bonding: Required for road construction.
- Evaluation: Task orders will be evaluated for best value, potentially with more weight on price. Annual or tri-annual ceiling prices for work items are being considered.
- Set-Aside: None specified.
- Eligibility: Offerors must be actively registered in the System for Award Management (SAM).
Key Documents & Feedback
This is NOT a Solicitation Announcement or Request for Proposal. Draft documents, including detailed specifications for timber removal, road maintenance, construction plans, environmental design features, and project maps (mandatory and optional areas), have been shared for review. A site visit is scheduled for October 28, 2025, with no virtual option. Feedback, comments, or questions regarding the draft documents are welcome.
Contact Information
Primary Contact: Matt Daigle, Stewardship Acquisition Program Support Officer Email: matthew.daigle@usda.gov Phone: 6054159057