JW Toumey R9 Seedling Shipment
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. Department of Agriculture, Forest Service (USDA-FS) is soliciting proposals for the JW Toumey R9 Seedling Shipment, a Total Small Business Set-Aside opportunity. This effort involves the delivery of 24-28 truckloads of tree seedlings from JW Toumey Nursery in Watersmeet, MI, to various National Forests across Michigan, Wisconsin, and Minnesota. Proposals are due March 1, 2026, at 11:00 PM Eastern.
Scope of Work
This solicitation requires the pick-up, transportation, and delivery of approximately 24-28 one-way truckloads of tree seedlings annually. Pick-up locations include JW Toumey Nursery (Watersmeet, MI) and potentially Badoura State Nursery (Akeley, MN). Deliveries will be made to multiple cooler sites within the Chippewa, Superior, Huron-Manistee, Chequamegon-Nicolet, and Hiawatha National Forests. The primary service period is March 15 to November 15 each year, with the majority of loads planned for April-June. Contractors must use 53-foot refrigerated trailers capable of maintaining temperatures between 33-37°F and hauling up to 800,000 seedlings (42,000 lbs max) per load. Flexibility in delivery schedules due to weather and seedling availability is a critical requirement.
Contract Details
- Contract Type: Firm-Fixed Price
- Duration: One (1) base year (March 15, 2026, to March 14, 2027) with four (4) one-year option periods, for a total potential duration of five (5) years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 488510 (Small Business Size Standard: $20 Million)
- Product/Service Code: 8145 (Specialized Shipping And Storage Containers)
Submission & Evaluation
- Proposal Deadline: March 1, 2026, 11:00 PM Eastern
- Questions Deadline: February 22, 2026, 11:00 PM Eastern (Q&A added 2/24/2026)
- Submission Method: Email proposals to Joshua Franks (joshua.franks@usda.gov).
- Quote Validity: Quotes must be valid for at least 90 days.
- Evaluation Factors: Award will be based on best value, considering Relevant Experience, Past Performance, and Price. Technical and past performance are significantly more important than cost or price.
- Required Information: Bidders must submit a quote covering costs for each truckload (including excess wait times and drop-trailer costs) and a statement detailing delivery schedule flexibility and available carriers. An Experience Questionnaire (Attachment 3) must also be completed.
- Eligibility: Offerors must have an active entity registration in SAM.gov.
Key Attachments
- Statement of Work (SOW): Details the scope, performance standards (e.g., temperature control), and equipment requirements.
- Schedule of Items (SOI): Provides estimated drop-off points, mileage, and cost per truckload for pricing proposals, including line items for wait times and drop-trailers.
- Experience Questionnaire: Required for bidders to detail their experience, capabilities, and resources.
- Wage Determination: Specifies minimum wage rates and fringe benefits for forestry and logging work in Michigan, crucial for labor cost calculations.
- FAR Part 13 Deviation: Notes a class deviation to FAR Part 13 for USDA procurements, effective November 3, 2025, simplifying procedures for non-commercial acquisitions.
Contact Information
- Primary Contact: Joshua Franks
- Email: Joshua.Franks@usda.gov
- Phone: 530-214-0154