Norther California Reforestation IDIQ
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 a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Reforestation Services in Northern California National Forests. This opportunity, a Total Small Business Set-Aside, aims to secure services for timber stand improvement, primarily focusing on tree planting. Up to 10 awards are anticipated. Offers are due by January 26, 2026, at 12:00 PM Pacific Time.
Scope of Work
The scope involves securing reforestation services to support forest health. The major anticipated activity is tree planting, with other related tasks including conifer release and grubbing, vexar installation or removal, and pest control (excluding herbicide use). Contractors must provide all necessary equipment, supplies, transportation, labor, and supervision, and develop a plan of operations. Services will be performed across Northern California National Forests, including Klamath, Lassen, Mendocino, Modoc, Shasta Trinity, and Six Rivers.
Contract Details
This is a 5-year Performance-Based, Firm-Fixed Price, Multiple-Award IDIQ contract. The period of performance is from March 2, 2026, to March 1, 2031, with a maximum duration not exceeding 5 years and 6 months. The minimum order is $200.00 per contract, and the maximum order is $7,500,000.00 per contract. The applicable NAICS code is 115310 (Forest Tree Planting Services) with a size standard of $11.5 million.
Set-Aside
This acquisition is a Total Small Business Set-Aside.
Submission & Evaluation
Questions are due by January 17, 2026. Quote packages/offers are due by January 26, 2026, at 12:00 PM Pacific Time. Offers must include a technical proposal, a price proposal, and contractor representations and certifications. Submissions should be emailed to christopher.malley@usda.gov and paul.wood@usda.gov. Award will be made to the offeror representing the best value to the Government, based on Lowest Price Technically Acceptable (LPTA) criteria. Technical Acceptability and Past Performance will be evaluated, and price will be assessed for fairness and reasonableness. Only the first 10 lowest priced quotes will be evaluated for Technical Acceptability. Offerors must have an an active entity registration in SAM.gov.
Additional Notes
A sample Task Order Request (Antelope-Tennant Fall Plant) is provided, detailing a requirement for 1120 acres of Hoedad planting. A wage determination is also included.