COPPER MOUNTAIN HAND- 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 its National Interagency Fire Center, has issued a Request for Quote (RFQ) for the Copper Mountain Hand-Cutting/Piling project. This opportunity seeks services for manual cutting and piling of junipers and conifers for fuels reduction in Fremont County, Wyoming. This acquisition is a Total Small Business Set-Aside and will be awarded based on Lowest Price Technically Acceptable (LPTA). Quotes are due by April 9, 2026, at 0900 MDT.
Scope of Work
The contractor will perform hand cutting (chainsaw) and piling of junipers and conifers, including slashing, on BLM-administered lands in the Copper Mountain area. The project includes:
- Base Acres: Approximately 150 acres.
- Option 1: Approximately 20 acres.
- Option 2: Approximately 28 acres. Specific tasks involve adhering to defined standards for stump height, cutting restrictions (e.g., DBH, marked trees, cattle "shade" trees), and slash pile construction.
Contract Details
- Contract Type: Firm-fixed price purchase order.
- Period of Performance: June 15, 2026, to September 25, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 115310 – Support Activities for Forestry, with a size standard of $34 million.
- Place of Performance: Copper Mountain area, Fremont County, Wyoming.
Submission & Evaluation
This is an RFQ, and a formal written solicitation will not be issued. Offerors must submit:
- A signed SF1449.
- A technical proposal detailing technical capability, experience, equipment, and project manager commitment.
- A price proposal schedule. Award will be made to the lowest-priced, technically acceptable, and responsible offeror. Evaluation factors include past performance and the technical proposal.
Key Deadlines
- Technical Questions Due: March 30, 2026.
- Technical Answers Due: On or about April 1, 2026.
- Quotes Due: April 9, 2026, at 0900 MDT.
Additional Notes
- Georeferenced maps are available upon request.
- A formal pre-award site visit is not scheduled.
- Offerors must be actively registered in the System for Award Management (SAM.gov).
- All questions must be submitted via email to the Contracting Officer, Linda Neely, at linda_neely@ios.doi.gov.