Hume Basin Stewardship IRSC, Sequoia National Forest, California
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 Hume Basin Stewardship Integrated Resource Service Contract (IRSC) within the Sequoia National Forest, California. This opportunity, issued as a Combined Synopsis/Solicitation, is restricted to companies eligible for call orders under the R5 Pacific Southwest Stewardship BPA. The work involves forest health, wildlife habitat improvement, and fuels reduction through thinning, sanitation, and biomass removal.
Amendment 001 extended the proposal due date to March 16, 2026, at 4:00 P.M. PST to accommodate forthcoming technical specification adjustments. A site visit was held on February 12, 2026, at the Hume Lake District Office.
Scope of Work
The primary objective is to improve forest health, heterogeneity, and resiliency, enhance wildlife habitat, and reduce fuels. Key activities include:
- Mandatory Items: Thinning from below and sanitizing plantations (261 acres), cutting and removing hazard trees near roads (Tenmile and Huckleberry Roads, 262 acres).
- Optional Items: Additional thinning (1402 acres), piling of material (2002 acres), and biomass removal (26,426 tons).
Work involves cutting and removing live and dead conifer trees, hand piling or mechanical piling of debris, and protecting leave trees. Specific performance standards, including minimum acceptable quality levels (AQLs) and penalties for damaged trees, are detailed. Road maintenance requirements (pre-haul, during-haul, post-haul) are also specified.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP) BPA Call Order
- Period of Performance: March 31, 2026, through March 1, 2029
- NAICS Code: 115310 - Fuels Management Services (Size Standard: $34 Million)
- Product Service Code: F099 - Other Natural Resources And Conservation Services
- Set-Aside: None
- Proposal Due: March 16, 2026, 4:00 P.M. PST
- Anticipated Award Date: March 2026
- Published Date: February 22, 2026
Evaluation
Proposals will be evaluated based on:
- Technical Approach (significantly more important than Past Performance)
- Relevant Past Performance (significantly more important than Local Community Benefit)
- Utilization of Local Work Forces/Benefit to Local Community
- Cost/Price
Technical factors combined are approximately equal to cost or price. Proposals must be valid for 60 days.
Additional Notes
Offerors must be actively registered in SAM.gov and eligible for awards under the R5 Pacific Southwest Stewardship BPA. Timber and product removal quantities are estimates. Specific protection measures for plants, animals, cultural resources, and cave resources are detailed, along with fire prevention and control measures. Attachments include Technical Specifications, Timber Removal Specifications, Road Maintenance Specs, Maps (Contract Area Maps 1 & 2), and a Wage Determination (No. 1977-0727, Rev. 79).