Deschutes NF, Site Preparation - Mowing and Road Brushing
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, Deschutes National Forest, is seeking quotes for Site Preparation - Mowing and Road Brushing services under Solicitation #1240BE26Q0018. This Total Small Business Set-Aside opportunity involves masticating brush for reforestation and clearing roads in the Sisters Ranger District, Oregon. Quotes are due February 25, 2026, at 2 p.m. PST.
Scope of Work
Contractors will be responsible for masticating approximately 761 acres of brush to prepare for reforestation efforts and brushing 3.528 miles of roads to improve driving conditions. Mastication involves treating 65-70% of existing brush, leaving 35-30% retention in untreated islands, and cutting brush to a maximum of 6 inches from the ground. Specific brush species to be treated include antelope bitterbrush, greenleaf manzanita, snowbrush, golden chinkapin, and rabbitbrush.
Required Equipment (per Amendment 1):
- Excavator: Minimum 100 HP & 30,000 lbs with forestry grousers, and operator.
- Mower/Mastication Head: Strip mowers or skid steers with tracks and mower heads are not accepted.
- Operators must possess sufficient skill and experience.
Work will be performed within the Umpqua National Forest, Sisters Ranger District, Deschutes County, OR.
Contract Details
- Contract Type: Firm Fixed Price Purchase Order.
- Award: One award is anticipated.
- Set-Aside: Total Small Business Set-Aside.
- NAICS: 115310 (Small Business Size Standard: $11 million).
- Period of Performance: Estimated start March 30, 2026, with completion by November 30, 2026.
Submission & Evaluation
This is a Request for Quotation (RFQ). Interested contractors must email their quote package to paula.winningham@usda.gov by the deadline. The submission must include:
- Attachment 2 – Schedule of Items (for pricing and business information).
- Written response to the Evaluation Factors (found in the Solicitation pdf).
- Signed Amendment #1.
Evaluation Factors:
- FACTOR I – Technical Capability: Assesses equipment, soil impact/erosion methods, quality control, and safety plan.
- FACTOR II – Relevant Past Performance: Within the last three years, similar in nature and scope.
- FACTOR III – Price: The primary factor for award, subject to reasonableness analysis.
Award will be made to the responsible Quoter representing the best value to the Government.
Important Notes
- Amendment 1 clarifies equipment specifications for the excavator and mower/mastication head.
- Questions must be submitted via email to paula.winningham@usda.gov no later than three days prior to the quote due date.
- A site visit is urged and expected.
- Contractors must comply with weed-free equipment requirements and provide a job-specific Safety Plan.
- Wildlife restrictions apply to certain units (e.g., April 1 - August 30 for Units 14 and 15).
- Fire prevention and suppression measures are mandatory during the Fire Period (April 1 - October 31).