Crest Switchback DxP 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 USDA Forest Service is soliciting proposals for the Crest Switchback DxP Integrated Resource Service Contract (IRSC) in the Cibola National Forest, Sandia Ranger District, New Mexico. This Full and Open Competition opportunity aims to reduce hazardous fuel, improve forest health, and enhance the scenic integrity of the Sandia Crest National Scenic Byway (NM-536) through mechanical forest thinning, debris removal, hazard tree removal, and traffic control. Proposals are due February 23, 2026.
Scope of Work
The project involves unit-level treatment including mechanical forest thinning, debris removal and disposal, and machine piling of slash following a Designation by Prescription (DxP) guide. Key objectives include reducing coarse woody debris (CWD) from an average of 50-90 tons per acre to a desired end-result of 5-15 tons per acre. The contractor will also be responsible for developing and implementing a traffic control plan for NM-536, including highway closures, and felling/removing hazard trees along the byway. Mandatory Item 1 covers Units 1-6 (82 Acres), Optional Item 3 covers Units 7-8 (39 Acres), and Optional Item 4 covers Unit 9 (19 Acres) for hazard tree removal.
Contract Details
This is a Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA) Call Order under the Region 3 Southwest Stewardship BPA. The period of performance will be from the Date of Award through either January 15, 2027, or September 30, 2027, to be determined by the government. The NAICS code is 115310 (Fuels Management Services) with a small business size standard of $34 Million. The place of performance is Albuquerque, NM.
Key Revisions from Amendment A001 (Posted Feb 9, 2026)
Amendment A001 revises the solicitation, adding site visit notes and Brown's Transect data. Significant changes include:
- Appendix A: Updates to traffic control specifications (MUTCD), inspection procedures (100% completion for Item 4), designation by prescription (excluding large snags >18"), and protection of reserve trees (fixed damages of $500 for 18"+ damaged reserve trees).
- Appendix C: Replaced with updated road maintenance requirements, detailing T-800 through T-813 specifications. Contractor is responsible for all pre-haul, during-haul, and post-haul road maintenance.
- Contract Area Maps: Revised CAM for Units 5,6,7, deleting a "Landing 2" polygon.
- Clarifications: The contractor is responsible for obtaining the NMDOT Roadway Work Permit. The Q&A document clarifies details on CWD management, skid trail tree cutting, hazard tree assessment, and performance standards.
Submission & Evaluation
Proposals will be evaluated based on Technical Approach, Relevant Past Performance, and Utilization of Local Work Forces/Benefit to Local Community, with technical factors being more important than cost/price. Quotes must be submitted electronically via email to Ingrid Anderson (ingrid.anderson@usda.gov) and Eduardo Cortez (eduardo.cortez@usda.gov).
Important Dates
- Site Visit: February 4, 2026 (already occurred)
- Response Due Date: February 23, 2026, 4:00 PM MT
- Proposal Acceptance Period: 60 calendar days from receipt