Middle Fork Ranger District Wildlife Snag Creation
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, Willamette National Forest, is soliciting proposals for Wildlife Snag Creation services within the Middle Fork Ranger District in Westfir, OR. This project aims to create structures suitable for cavity nesting wildlife by treating standing trees to form snags. This is a Total Small Business Set-Aside. Offers are due by March 23, 2026, at 17:00 PT.
Scope of Work
The Contractor will provide all technical expertise, labor, equipment, and supervision to select and treat standing trees, primarily Douglas-fir, using methods such as High Girdling and Base Girdling. Blasting is prohibited. Work includes developing an operational plan, organizing resources, and performing documentation and digital mapping using approved software. Slash treatments are required if specifications are exceeded. The project involves creating dead wildlife trees or snags according to detailed specifications for treatment types, heights, DBH ranges, and limb retention.
Contract Details
- Contract Type: Firm Fixed-Price (multiple awards possible for different line items).
- Set-Aside: Total Small Business.
- NAICS Code: 115310 – Support Activities for Forestry (Size Standard: $11.5 million).
- Period of Performance: May 1, 2026 – December 31, 2026.
- Place of Performance: Willamette National Forest, Middle Fork Ranger District, Westfir, OR.
- Key Clauses: Incorporates FAR and AGAR clauses by reference, including specific Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) compliance requirements (AGAR 452.203-71 and 452.203-70). Wage Determination No. 1977-0079 is applicable.
Submission & Evaluation
Award will be made to the offeror representing the best value to the Government, evaluated in accordance with FAR 12.203. Proposals must include:
- Technical Capability: Past performance (similar projects in last three years), Quality Control Plan (QCP), and Work Plan/Schedule (crew size, production rate, ability to adjust).
- Price: Completed Schedule of Items and acknowledgment of amendments.
- Contractor Representations and Certifications. Offerors must have an active SAM registration. Subcontracting arrangements must be disclosed at the time of offer submission. Questions are due by March 12, 2026, at 13:00 PT.
Key Requirements & Clarifications
- Safety: General safety plan (OSHA compliant) and site-specific Communication/Safety/Emergency Plan required. A minimum crew of two with climbing capabilities is mandatory for climbing activities.
- Documentation: Digital mapping (.gpx from GPS waypoints) and tree registers are required for inspection and payment. Payment is on a tree-by-tree basis.
- Accessibility: Standard access is 2-wheel drive or foot travel less than 1/4 mile. Motor vehicles are restricted to existing spur roads. Road closures are bermed, not locked.
- Operational Periods: Some units have seasonal restrictions (e.g., July 16-Dec 31 or May 1-Dec 31).
- Biobased Products: Contractors shall utilize biobased materials to the maximum extent possible.
- Protests: The USDA Ombudsman Program offers an internal alternative dispute resolution process.